Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

C -- Per the requirements of FAR 6.302-1, the Bureau of Indian Affairs announces the intent to make a Sole Source Award.

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
2051 Mercator Drive, Reston, VA 20191
 
ZIP Code
20191
 
Solicitation Number
BIAOFMC1
 
Response Due
3/28/2005
 
Archive Date
3/28/2005
 
Description
>>>>>>>THIS IS NOT A SOLICITATION<<<<<<<<<< The Bureau of Indian Affairs announces the intent to make a Sole Source Award to Provide Comprehensive Condition Assessment and InventoryValidation for the Bureau of Indian Affairs, Office of Facilities Management and Construction, 201 3rd St. NW, Albuquerque, NM. The inspections will be accomplished to ensure identifying all maintenance and repair deficiencies that need correction for: >>>> 1-5-year (short-term) for operational continuity of buildings, building systems and infrastructure >>>> Long-term (over five-years) for major capital re-investments in the buildings and infrastructure for long-term utilization using the BIA category and rank sequence format for deficiencies. This Contract shall provide comprehensive condition assessments of all assets, such as buildings, grounds, appurtenances, and existing building operational support systems (i.e. infrastructure). P.L. 107-110 ???No Child Left Behind??? requires the Secretary to update the information on a 3-year cycle per Statement of Work. The proposed contractor shall provide all necessary assessments and services to assist in the protection of Bureau of Indian Affairs infrastructures nationwide, provide reports and documentation in support of the effort, and will serve as an expert witness for the Government if this technical assistance is necessary. BIA is responsible for the administration and management of 55.7 million acres of land held in trust by the United States of American Indian, Indian Tribes, and Alaska Natives. In addition to its many other duties and responsibilities, BIA provides education services to approximately 48,000 Indian students. BIA, Division of Acquisition, in the past has used the GSA to award contracts to support this assessment effort. The proposed contractor has: 1) Worked with BIA from the on-set of the assessment effort in developing the condition assessment process; 2) Developed a database on cost estimates for BIA type work items that are not developed on COTS type estimating products and has and extensive experience with BIA condition assessment business practices; 3) Acquired extended and extensive experience with FMIS business practices, data models and hierarchies; 4) Developed a proprietary database that interfaces with and feeds facility condition assessment data to the BIA-FMIS system; 5) Extensive knowledge of BIA facility conditions obtained from past work for BIA and of standards and policy for evaluation and assessment of the conditions of BIA facilities; and 6) Has ownership of expanded and customized cost estimating items for BIA locations in their database that supplements the national recognized R.S. Means Cost Estimating software used with FMIS. A Justification for other than Full and Open Competition has been prepared in support of this acquisition. Firms that recognize and can provide all the required services and can meet the critical knowledge and expertise criteria are encouraged to identify themselves and give written notification to the Contracting Officer. Firms believing that they can provide these services must provide clear and concise supporting evidence through submitted written documentation that they have the precise expertise discussed above and can furnish all the services. This notice is not a request for competitive quotes and no other solicitation document is available for this action. Further, no contract will be awarded from this announcement. All responses must be received by 5pm EST on Monday, March 28th, 2005. In addition to the information listed above, inquiries must also contain the firm's Dun and Bradstreet Number (DUNS), Tax Identification Number (TIN), AND an updated printout of the firm's proper and active listing on CCR. Vendors must also identify themselves as either small business or other than small business. Inquiries will only be accepted by FAX at 703.390.6582, Attention Tracy Downing, Esq., Contracting Officer.
 
Record
SN00770137-W 20050318/050316212324 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.