Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

C -- AE IDC Multidisciplinary (Power Division)

Notice Date
7/20/2011
 
Notice Type
Presolicitation
 
Contracting Office
BIA - San Carlos Irrigation Project San Carlos Irrigation Project13805 N Arizona Blvd Coolidge AZ 85128
 
ZIP Code
85128
 
Solicitation Number
A11PS00751
 
Response Due
8/22/2011
 
Archive Date
7/19/2012
 
Point of Contact
Gary A. Haynes Contract Specialist 5207236218 gary.haynes@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
CONTRACT INFORMATION: AE services are required for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide the San Carlos Irrigation Project (SCIP), a division of the U.S. Department of the Interior, Bureau of Indian Affairs (BIA), located in Coolidge, Arizona multi-disciplinary (A-E) architect and engineering services. The proposed work will cover all engineering disciplines, architectural, electrical, structural, civil, surveying, geotechnical, and environmental services related to the electric utility industry. Work may consist of site investigation, design analysis, project design and specifications preparation, cost estimates, construction inspection, hazardous material evaluation, testing, commissioning, as-built drawings, communications and power system studies associated with high-voltage power transmission lines, substations, and related facility projects. This announcement will allow for one (1) contract to be awarded. This announcement is open to all firms regardless of size or classification. The firm considered most highly qualified will be awarded the contract. Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. The contract will be awarded for a one (1) year base period with an option to extend the contract for an additional four (4) years (at the discretion of the government). The contract term shall not exceed a total of five (5) years. The government intends to award the contract at a capacity of $500 thousand per year for a total capacity of $2.5 million over the life of the contract. Individual firm-fixed price task orders will be issued. Work under this contract will be subject to satisfactory negotiation of individual task orders. The period of performance for task orders awarded under the IDIQ will be determined based upon the work requirements and will be included in the task order RFP and negotiated award documents. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). Resulting contract will be administered by the San Carlos Irrigation Project; however the contracting officer reserves the right to lend contract capacity outside SCIP's mission boundaries to support BIA missions. The contract is anticipated to be awarded in September 2011. Successful offeror will be required to submit an acceptable Small Business Subcontracting Plan In Accordance With FAR 19.7 prior to contract award. The 2011 subcontracting goals for BIA are 47% Small Business, 18% Small Disadvantaged Business, 6.5% HUBZone Small Business, 7.3% Woman Owned Small Business and 3% Service Disabled Veteran owned Small business. This procurement is unrestricted under North American Industry Classification (NAICS) code 541330, Size Standard is $4.5M. Firms must be registered in the Central Contractor Registration (CCR) system and Online Representations and Certifications Application (ORCA) system. CCR is located at www.ccr.gov and ORCA is located at https://orca.bpn.gov for registration purposes. PROJECT INFORMATION: The A-E firm's principal office must be within a 100 mile radius of the San Carlos Irrigation Project's main office located in Coolidge, Arizona. Furthermore, to be considered for award, the A-E firm must demonstrate work experience the last 4 years with the following entities: Salt River Project (SRP), Arizona Public Service (APS), Southwest Transmission Cooperative (SWTC), Western Area Power Administration - Desert Southwest (WAPA), and Electrical District Number Three (ED-3). Due to in-depth collaboration involving SCIP and respective entities on high voltage transmission lines, substations and related facility projects, the A-E firm must possess requisite experience with each cited utility's design parameters and operation guidelines. Task Orders will be issued with a project/site specific Scope of Work under the general scope of the contract. Typically, requests for proposals issued for individual task orders will include a general Scope of Work or a performance based acquisition Performance Work Statement, location of work, character and extent of services required, technical requirements in addition to the requirements contained within Section C of the basic contract and a schedule. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Items (A) through (H) are primary criteria and there are no secondary criteria. A. Location of the principal office in the general geographical area of the contract and knowledge of the locality of the project. B. Past performance with Bureau of Indian Affairs, other Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (last 4 years):1. Past and current customer satisfaction; e.g., overall customer satisfaction, rapport with customer, information sharing, reporting procedures and technology used, meeting design, cost, and schedule goals2. Performance records, e.g., quality of work as measured over a number of projects completed within/or under budget and within/under schedule.3. Relationship & history of work with proposed consultants.4. Quality, cost, schedule and control procedures and technology used. C. Volume of past and present workloads relating to the requested services of the principal office. D. Specialized experience and technical competence in the type of work required, including:1. Design excellence and quality of work (last 4 years).2. Design strength in electric substations (up to 230kV) including physical, structural, electrical and controls design.3. Design strength in transmission lines (up to 230kV) including route and materials design specification, route surveying and structure staking.4. Design strength in overhead and underground distribution lines including load calculations, routing and materials design specification. E. Professional qualifications of the firm to satisfactorily provide the required services. Evaluation will consider resumes of key personnel of the firm to be used in this contract in terms of: 1. Professional registration2. Education, training, relevant experience3. Professional activities, and longevity with the firm4. The availability of an adequate number of local personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders. F. Reputation and standing of the firm and the projected involvement of the principal members. G. Proposed organization of responsibility and authority relating to proposed projects. H. Computer aided drafting and design capability. The A-E's capability to originate or transfer all drawings compatible with San Carlos Irrigation Project AutoCAD Format. SUBMITTAL REQUREMENTS:Firms interested in being considered for this procurement should submit four copies of form name SF 330 (Parts I & II). Standard Form (SF) 330 submissions must be legible and must not exceed 30 double-sided pages or 60 single-sided pages (standard size paper 8 x 11). The SF 330 shall indicate specific power system or facility related work experience for the firm, proposed firm personnel, and proposed consultants and subcontractors. Responding firms should submit a current and accurate SF 330, Part II for each proposed consultant. This is not a request for proposal. Sealed hard copies of the SF 330 shall be delivered in person, by courier, USPS, UPS, DHL, FED-EX to the: U.S. Department of the Interior, Bureau of Indian Affairs, San Carlos Irrigation Project Office, Attention: Gary Haynes, Contracting Officer, 13805 North Arizona Boulevard. Coolidge, Arizona 85128 by August 22nd, 2011, 1:30PM Local Arizona Time. Any responses received after 1:30pm will not be considered. Email, Facsimile, or Oral submissions will not be considered. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Prior to final selection, at the option of SCIP, an interview of the top three most highly qualified firms may be held. Email inquiries may be made to the Contracting Officer at the email addresses listed in the notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00751/listing.html)
 
Place of Performance
Address: Coolidge, AZ
Zip Code: 85128
 
Record
SN02505305-W 20110722/110721004150-bb3bf0b36f70da86c981873d60146d36 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.