Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

C -- IRRIGATION AND DAMS PROGRAM - This is a request for information about the availability of A & E services for Irriagation and Power and Safety of Dams.

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
RMK00100097
 
Response Due
8/9/2010
 
Archive Date
7/14/2011
 
Point of Contact
Wilhelmina Booker Contract Specialist 7033906679 wilhelmina.booker@bia.gov;
 
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
The BIA, Central Office, Division of Irrigation, Power and Safety of Dams (IPSOD) is soliciting proposals from qualified Architectural-Engineering Consultants (A-E) to award for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, or contracts, for professional engineering services for procurement of Pre-Design Services, (Title I) Initial Planning and Data Gathering, (Title II) Engineering Design, (Title III) Construction Management/Inspection Services, Value Engineering/Analyses, and other studies or services that support the overall BIA-IPSOD mission. This solicitation is two-fold where the government will evaluate and select five (5) qualified firms based on the requirements listed below and only the top five firms will move on to the second phase where an IDIQ will be negotiated. The intended award is anticipated to be a multiple award IDIQ contract. The A&E Contract will cover (1) base year with four (4) one year option periods. Firm Fixed Price Task Orders will be negotiated and awarded for each specified project. The total order amount will not exceed $20,000,000.00 for the life of the contract, with no individual task order exceeding $1,000,000.00. The guaranteed minimum amount under this contract is $2,500.00. In accordance with PL 92-582 (Brooks A&E Act), FAR Part 36 will be used in conjunction with the negotiation procedures of FAR 15 to select firms for Architect & Engineering contracts based on professional qualification and other evaluation and selection criteria. To be considered for award, the principle firm must submit a completed Standard Form 330 (SF330) Part I and II, summarizing their qualifications, experience and capabilities which will be evaluated by a government board to determine the most highly qualified firms. Evaluation of Past Performance and Experience may include information provided by the firm, customer inquiries, Government databases, and publicly available source. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The contract scope of work consists of the following discipline of engineering services: Agricultural, Civil, Electrical, Mechanical, Geotechnical, Structural Engineering, Surveying, GPS/GIS mapping, and Geo-database management and environmental cultural and historical compliance. Pre-selection boards will convene for the selection of firms for the IDIQ contracts. Subsequently, negotiations for the eventual contracts will be held with the five (5) highest ranked firms. In order to gain consideration, each discipline must be addressed separately by relating the interested Firm's capabilities to the following Evaluation Criteria categories; Note: Firms are not required to have capabilities in all areas of expertise listed in this solicitation to be considered for selection. Factor 1: Relevant Work Experience: (40 points) Professional Engineering Services to Irrigation and Dam Facilities, Engineering Planning, Final Design and Specifications for Irrigation and Dam Facilities, Emergency Management Services, Construction Management & Oversight, Construction Cost Estimating, Asset management, Budget development, Development of requirements documents, Evaluate maintenance management, Developing and defining performance measures, Geo-database development, management and maintenance, Environmental management, Experience with MAXIMO or other computer work order maintenance, Management system, Evaluation of assets, Development of asset scoring processes, Evaluation and determination of current replacement values, Evaluate Health and Safety deficiencies, Surveying & Geographic Information Systems (GIS), Environmental, Historical, Archeological & Cultural Resources, Experience with American Indian Tribes, Experience with Bureau of Indian Affairs Factor 2: Relevant Work Staff (25 points) Civil & Hydraulic Engineering, Structural & Mechanical Engineering, Agricultural & Irrigation Engineering, Dam Safety, Certified Emergency Manager (CEM) Equivalent to the International Association of Emergency Management Requirements for CEM, Anthropology, History, ESA & NEPA Compliance, Surveying & Geographic Information Systems, Geo-database Management Factor 3: Ability To Complete Work (25 points) Geographic location of A-E Firm, Staff Capacity, Staff Availability, Ability to acquire additional personnel or consultants, as necessary, to support expansion, acceleration or specialized expertise required of a project(s). Factor 4: Past Performance (10 points) List of References, including IDIQ Contracts, Cost Control, Quality of Work, Compliance with Performance Schedules. The government may request to have on-sight visits to each offeror's facilities to verify the information provided through this solicitation. Once the top five (5) firms have been determined, then a second notification will be sent out for each of the five (5) best qualified Firms to receive a Request for Proposal (RFP). The Government shall have thirty (30) calendar days to review the documents. Only the top five qualifiers will receive the RFP and the Government anticipates awarding three (3) IDIQ contracts resulting from the RFP. The Government will not indemnify the firms selected against liability involving any work performed under the basic contract and task orders issued thereto. All interested offerors meeting the above qualification requirements and having the capabilities to perform the services described in this a announcement are invited to respond by submitting with a signature of intent, a completed Standard Form 330 (Architect-Engineer Qualifications, brief narrative of understanding addressing the topics of the evaluation criteria, proof of professional licensing and/or certifications requirements. A&E firms desiring consideration must submit one (1) original and two (2) copies of Standard Form 330 (SF33), Architect-Engineer Qualifications, Parts I and II. Limit your SF 330 along with supporting data to a total package of not more than 75 pages (including cover sheets and any dividers). Pages in excess of this maximum limit will not be evaluated by the selection board. Responses are due at 3:30 EST (Eastern Standard Time) on August 9, 2010 to be considered. Submit documents to Wilhelmina Booker, BIA, Central Office, Division of Acquisition, 2051 Mercator Drive, Reston, VA 20151, Telephone Number (703) 390-6679, Wilhelmina.booker@bia.gov. All interested firms must be registered in the Central Contractor Registration (CCR) in order receive contracts from the Federal Government. The CCR website address is http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK00100097/listing.html)
 
Place of Performance
Address: Various Locations in the Western United States.
Zip Code: 20191
 
Record
SN02205821-W 20100716/100714235234-0490f45cfe986caf0be4c71076ef3716 (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.