Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2005 FBO #1298
SOLICITATION NOTICE

C -- A-E Services by Discipline No. VII (Navajo)

Notice Date
6/14/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Indian Affairs, Southwest Acquisition, P.O.Box 26567, Albuquerque, NM 87125-6567
 
ZIP Code
87125-6567
 
Solicitation Number
BIA-MOO-05-19
 
Response Due
7/15/2005
 
Archive Date
8/15/2005
 
Description
The Bureau of Indian Affairs (BIA), Branch of Acquisition Services, Southwest Regional Office, Albuquerque, NM solicits the Discipline No. VII services of Architectural-Engineering (A-E) Firms from ONLY Indian owned enterprises. The Indian A-E firms shall submit a current and complete Representation Declaration, self-certification of Buy-Indian eligibility, form, as being at least 51% Indian owned. The certification is required to be considered an eligible Indian pursuant to the Buy-Indian Act, 25 U.S.C. 47. A-E firms will be required to perform services on or near any of the Navajo Indian Reservation in the following geographical location/for the Navajo Region (AZ, NM, UT). Contract awarded in response to this announcement will be awarded in accordance with the authority of the "Buy Indian Act" (25 U.S.C. 47). Joint ventures shall not be considered. Firms responding to this announcement shall be in full compliance with licensing requirements and shall be currently permitted to practice the profession of engineering in the State of Incorporation. In addition, all A&E contracts shall be subject to the Federal Acquisition Regulation (FAR) Subpart 36.6 and other applicable laws. The A&E services required by the BIA have been placed into the professional disciplines no. VII of work as follows: (#7) The Contractor shall provide all personnel, equipment, materials, and incidentals to conduct, but not limited to, environmental designs or studies (e.g., EIS, EAs, Endangered Species Surveys, and mitigation, Section 106 historic preservation compliance, etc) associated with the construction of transportation facilities including roads, bridges, parking lots, drainage basins, drainage structures and associated appurtenant items as outlined in the individual task/work order issued by the respective regional DOT office. Designs or studies for construction projects shall comply with Department of Inteior and Bureau of Indian Affairs environmental quality and tribal requirements and procedures along with the Historic Preservation Act, NEPA Clean Air and Water Acts as they apply to the Department of Interior Environmental Protection Agency, The Army Corps of Engineers as may be defined in applicable federal laws. The areas of concern which shall be addressed include but are not limited to protecting air quality, water quality, historic properties, endangered species, providing directions for waste disposal, managing any required borrow, excavation or fill sites, dredging within waterways, wetlands protection or development to provide mitigation for taking out wetlands during construction. The contractor may be responsible for preparing documentation for obtaining Corps of Engineers?? permits, state permits or Environmental Protection Agency approval of any construction project assigned as well as Storm Water Pollution Prevention Plans (SWPPP) as required. This may include documentation for construction projects designed by the Bureau of Indian Affairs, a tribe or another A&E firm. The Discipline VII Contractor may also be the review and approval agent for submittals of the Construction Contractor during the life of the construction contract. These include environmental protection plans, proposed methods, materials, equipment and drawings associated with the construction project. The BIA intends to award one (1) Indefinite Quantity Contract (IQC) to include the discipline no. VII for the Navajo Region of BIA. The contract work for Discipline No. VII will be administered and managed by the BIA, Navajo Regional Contracting Officer (CO) with assistance of a designated/certified Contracting Officer Technical Representative (COTR) located in the Navajo Regional Office, Gallup, NM. The BIA intends to award one Indefinite Quantity Contract (IQC) for Discipline No. VII with a possible duration of five (5) years which may include one (1) base year and four (4) option years. The Base year shall be effective October 1, 2005 and shall end September 30, 2006. In the event of Protest or Protests, which would delay the award of the contract or contracts, the effective date shall be the actual date of award and the period of performance shall be established as one calendar year from date of award. The options years are subject to the availability of funds and any non-funding decision concerning the extensions of the contract shall be highly dependent on a contractor???s performance evaluation(s) for the previous year???s Contract Delivery Order (CDO???s). The maximum value for any contract shall be $2,000,000.00 per fiscal year. A&E services will be authorized by the issuance of CDO???s. The maximum value of any one CDO shall not exceed $1,000,000.00. The maximum profit/fee allowable for the IQC???s shall be in accordance with Statutory guidance as provided in the Federal Acquisition Regulation (FAR). To gain consideration for the Discipline No. VII, a current and complete Standard Form 330 (A-E Qualifications) must be submitted. In addition, a respondent must provide a cover letter accompanying the SF 330 specifically identifying Discipline No. VII. Each prospective contractor must address its in-house capabilities to successfully perform the Discipline No. VII and is strongly encouraged to provide examples (i.e. estimates, quality assurance plans, testing and inspections, plans, etc) exhibiting these in-house capability. Note, that all documentation submitted shall become the property of the United States Government and shall not be returned UNLESS the response is late or determined as non-responsive. Be advised that the limit of responses for the Discipline No. VII is 1 (one) with 3 (three) copies with no more than 50 pages (utilizing both sides of each page) totally per response. In accordance with the Brooks Act, the BIA will award contracts to A-E Indian Firms based on the following selection criteria. Selection criteria numbers one (1) and two (2) are of equal importance and the others are shown in descending order of importance. No. 1 Past Performance on contracts with Governmental agencies and private industries in terms of cost control (describe the qualifications of key persons responsible), quality of work, and process for compliance with performance schedules and milestones, specific records of performance on previous and similar technical work (and key individual responsible). The list of previous contracts should include the name and telephone number with fax number of the person who was the point of contact representing the Government or private industry for each contract. Including the ability to response within 24 hours and provide/perform emergency (short deadline) A&E requirements or services. The submissions to document this capability shall be for a period of no less than five (5) years; No. 2 Professional qualifications necessary to provide satisfactory performance of required services including professional registration of members of the firm and outside consultants. These qualifications include exhibited in-house technical competence and specialized experience of the firm in the selected professional Discipline of Work. (All examples shall be those that demonstrate the A-E firm???s in-house capabilities and not the capabilities of a subcontractor); No. 3 Specialized experience and technical competence of the team proposed for this project (including outside consultants) in related areas of work for the required specific professional discipline(s). No. 4 The capacity to accomplish the work in the time required which includes the ability of in-house principals and other personnel as well as resources of the firm to plan, manage, and coordinate work up to the $2,000,000.00 maximum at any one time utilizing a team on a project that consists of several phases. The availability of additional professionally qualified regular employees (not subcontractors) to provide assistance on an as required basis should also be addressed: No. 5 Specific knowledge and work experience related to the specific professional discipline of work in the geographic region(s) previously mentioned; and No. 6 Ability to comply with Indian Preference requirements as prescribed in Section 7(b) of Public Law 93-638. Section 7(b) of Public Law 93-638 (25 U.S.C. 450e) and 48 C.F.R. 1404.7002 require that preference opportunities in employment and training be given to Indian/Alaskan Native individuals and preference in the award of subcontractors. This preference in subcontracting will be strictly enforced by the BIA. The BIA Contracting Officers shall review and approve all proposed A-E subcontracts and subcontractors prior to the prime contractor entering into such subcontract(s). Qualified Indian-owned A-E firms shall incur 50% (fifty percent) of all contract performance with in-house personnel. The Government shall not indemnify the firms selected against liability involving any work performed under the basic contract and any delivery orders issued thereto. Those qualified Indian Owned A-E firms meeting the stated limitations and having the capability to perform the service(s) described in this announcement are invited to respond on or before July 15, 2005 close of business by submitting on their organizational letterhead, with original signature on a Letter of Intent which includes the specific professional discipline no. VII criteria above; current and completed Standard Form 330 (A-E Qualification), Central Contractor Registration (FAR clause 52.204-7) and Representation Declaration; Standard Form LL (Disclosure of Lobbying Activities). This solicitation is subject to the provisions of FAR Subpart 3.104-9, Certification Requirements. To be deemed as current, the documentation must be completed on or after April 30, 2005. Omission of any required form or document or documentation shall cause the respondent to be determined non-responsive whereby the entire response shall be returned to the respondent with notification of being ineligible for this solicitation/award. No general notification other than this notice shall be made. No further respondent action beyond the submission of the above requirements is necessary or encouraged. This is not a request for proposal.
 
Record
SN00829618-W 20050616/050614212344 (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.