Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

C -- Notificaiton of Intent to Award to GSA IDIQ Multiple Award Contractor

Notice Date
7/29/2009
 
Notice Type
Presolicitation
 
Contracting Office
BUREAU OF RECLAMATION PO BOX 25007, 84-27810 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
09SQ810219
 
Response Due
7/31/2009
 
Archive Date
7/29/2010
 
Point of Contact
BILL HOLBERT CONTRACT SPECIALIST 3034452448 bholbert@do.usbr.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent: The Bureau of Reclamation (Reclamation) intends to award a seismic engineering services purchase order to one of three (3) GSA contractors from the GSA Seismic/Structural/Blast IDIQ contracts. Reclamation has determined that these three contractors possess the required skills for seismic analysis and FAR 6.302.5a(2)(Authorization of the acquisition through another agency. Therefore, this procurement shall be awarded under the above GSA IDIQ contract mentioned above. In addition to basic contract requirements, this award will be made under the American Recovery and Reimbursement Act (ARRA) and will require the FAR Clauses included in full text at the end of this notification. The basics of the Statement of Work reads as follows: STATEMENT OF WORKENGINEERING SERVICESFOR THE YUMA AREA OFFICEHEADQUARTERS SEISMIC REHABILITATION PROJECT 1PURPOSE AND SCOPE 1.1This Statement of Work details Architectural and Engineering services required by the Bureau of Reclamation (Reclamation) for the seismic rehabilitation of the Yuma Area Office Headquarters in conjunction with previous Seismic Evaluation dated 9/2005 and Peer Review and Planning Refinement (PRPR) report dated 4/2006. 1.2The scope of seismic rehabilitation is limited to the Administration and Service Area and is referred to as the Yuma Area Office Headquarters. Refer to Building Description (Part 2) and Materials to be Furnished by Reclamation (Part 4) for further building description and supporting documentation. 1.3The Statement of Work includes requirements for the preparation of structural, mechanical and architectural design, contract drawings and technical specification paragraphs as it pertains to the seismic rehabilitation of the Yuma Area Office Headquarters. All work performed under this Statement of Work shall be coordinated by a registered Structural Engineer (SE), hereafter referred as the E&A Contractor. See Section 3.9 for additional professional license requirements under this Statement of Work. 1.4The work associated with this Statement of Work will be awarded in two separate phases; Phase I - Schematic Design and Phase II - Construction Document Development. Phase I shall be based on a minimum of two rehabilitation scenarios which incorporate an exterior buttress concept to minimize negative impacts to building occupants during construction. In general, the base scope-of-work for each phase is as follows: Phase I:"Structural design confirmation on the feasibility of an exterior buttress concept for the structural steel frame superstructure."Development of conceptual design options for the exterior buttress frames. The structural engineering for the exterior buttress frame design option should be developed to approximately the 80% structural design level. This level of effort is required to ensure concept feasibility."Preparation of structural and architectural quantities for cost estimating purposes by Reclamation. See Section 5.5 for additional information regarding cost estimates for this project."Development of schematic design level documents for the architectural aspects of the buttresses."Presentation of design options for the exterior buttress frame concepts to building management, in Yuma, AZ. Phase II:"Coordinate the seismic rehabilitation project with existing conditions to minimize, to the extent possible and practical, impacts to existing features of the facility. These features include civil, mechanical, architectural and structural components."Perform an analysis of the existing mat foundation and steel frame superstructure based on final differential liquefaction settlement data from Shannon & Wilson."Finalize the structural, architectural, and mechanical design and analysis for the seismic rehabilitation project. "Provide construction documents and technical specifications for the structural and architectural aspects of this project, specifically for the buttress design, siding penetrations, new roofing system, expansion joint repair, and egress issues on each side of the structure. See Section 5.3 for additional information regarding technical specification guide paragraphs."Provide construction documents and technical specifications for the relocation of existing mechanical and electrical components and systems associated with the seismic rehabilitation project. See Section 5.3 for additional information regarding technical specification guide paragraphs. Any Firm believing it can provide the required items and services described above are encouraged to identify themselves and give written notification to the Contracting Officer. Firms believing they can provide similar required items and services must provide supporting evidence that they can furnish the supplies/services identified above in sufficient detail to demonstrate the respondent's ability to meet the stated requirements. This notice is not a request for competitive quotes. All responses received within 5 days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted by FAX at (303) 445-6345, Attention: Bill Holbert or by email to Bill Holbert at wholbert@usbr.gov Responses should include the firm's Dun and Bradstreet number (DUNS) and Tax Identification Number (TIN.) Firms should identify themselves as either small business, or other than small business, in accordance with the size standard for NAICS Code 541330 which is $4.5 million. ARRA Required FAR Clauses: 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements. As prescribed in 4.1502, insert the following clause: AMERICAN RECOVERY AND REINVESTMENT ACT-REPORTING REQUIREMENTS (MAR 2009) (a) Definitions. As used in this clause- "Contract", as defined in FAR 2.101, means a mutually binding legal relationship obligating the seller to furnish the supplies or services (including construction) and the buyer to pay for them. It includes all types of commitments that obligate the Government to an expenditure of appropriated funds and that, except as otherwise authorized, are in writing. In addition to bilateral instruments, contracts include (but are not limited to) awards and notices of awards; job orders or task letters issued under basic ordering agreements; letter contracts; orders, such as purchase orders, under which the contract becomes effective by written acceptance or performance; and bilateral contract modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. 6301, et seq. For discussion of various types of contracts, see FAR Part 16. "First-tier subcontract" means a subcontract awarded directly by a Federal Government prime contractor whose contract is funded by the Recovery Act. "Jobs created" means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as "full-time equivalent" (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. "Jobs retained" means an estimate of those previously existing filled positions that are retained as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as "full-time equivalent" (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. "Total compensation" means the cash and noncash dollar value earned by the executive during the contractor's past fiscal year of the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. Does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation. For example, severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property if the value for the executive exceeds $10,000. (b) This contract requires the contractor to provide products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. These reports will be made available to the public. (c) Reports from contractors for all work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to June 30, 2009, are due no later than July 10, 2009. Thereafter, reports shall be submitted no later than the 10th day after the end of each calendar quarter. (d) The Contractor shall report the following information, using the online reporting tool available at www.FederalReporting.gov. (1) The Government contract and order number, as applicable. (2) The amount of Recovery Act funds invoiced by the contractor for the reporting period. A cumulative amount from all the reports submitted for this action will be maintained by the government's on-line reporting tool. (3) A list of all significant services performed or supplies delivered, including construction, for which the contractor invoiced in this calendar quarter. (4) Program or project title, if any. (5) A description of the overall purpose and expected outcomes or results of the contract, including significant deliverables and, if appropriate, associated units of measure. (6) An assessment of the contractor's progress towards the completion of the overall purpose and expected outcomes or results of the contract (i.e., not started, less than 50 percent completed, completed 50 percent or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (7) A narrative description of the employment impact of work funded by the Recovery Act. This narrative should be cumulative for each calendar quarter and only address the impact on the contractor's workforce. At a minimum, the contractor shall provide- (i) A brief description of the types of jobs created and jobs retained in the United States and outlying areas (see definition in FAR 2.101). This description may rely on job titles, broader labor categories, or the contractor's existing practice for describing jobs as long as the terms used are widely understood and describe the general nature of the work; and (ii) An estimate of the number of jobs created and jobs retained by the prime contractor, in the United States and outlying areas. A job cannot be reported as both created and retained. (8) Names and total compensation of each of the five most highly compensated officers of the Contractor for the calendar year in which the contract is awarded if- (i) In the Contractor's preceding fiscal year, the Contractor received- (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (9) For subcontracts valued at less than $25,000 or any subcontracts awarded to an individual, or subcontracts awarded to a subcontractor that in the previous tax year had gross income under $300,000, the Contractor shall only report the aggregate number of such first tier subcontracts awarded in the quarter and their aggregate total dollar amount. (10) For any first-tier subcontract funded in whole or in part under the Recovery Act, that is over $25,000 and not subject to reporting under paragraph 9, the contractor shall require the subcontractor to provide the information described in (i), (ix), (x), and (xi) below to the contractor for the purposes of the quarterly report. The contractor shall advise the subcontractor that the information will be made available to the public as required by section 1512 of the Recovery Act. The contractor shall provide detailed information on these first-tier subcontracts as follows: (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor's parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) The applicable North American Industry Classification System (NAICS) code. (vi) Funding agency. (vii) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (viii) Subcontract number (the contract number assigned by the prime contractor). (ix) Subcontractor's physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (x) Subcontract primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (xi) Names and total compensation of each of the subcontractor's five most highly compensated officers, for the calendar year in which the subcontract is awarded if- (A) In the subcontractor's preceding fiscal year, the subcontractor received- (1) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (End of clause) 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. As prescribed in 3..907-7, use the following clause: WHISTLEBLOWER PROTECTIONS UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (MAR 2009) (a) The Contractor shall post notice of employees rights and remedies for whistleblower protections provided under section 1553 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5). (b) The Contractor shall include the substance of this clause including this paragraph (b) in all subcontracts. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BR/BR/09SQ810219/listing.html)
 
Place of Performance
Address: Yuma Arizona<br />
Zip Code: 80225<br />
 
Record
SN01891275-W 20090731/090730000507-eb571f80a6ba10429dd214dbab150ff8 (fbodaily.com)
 
Source
FedBizOpps 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.