Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINTE QUANITITYARCHITECT-ENGINEER SERVICES FOR THE BUREAU OF INDIAN AFFAIRS, GREAT PLAINS REGION

Notice Date
4/5/2012
 
Notice Type
Presolicitation
 
Contracting Office
BIA - GPRO - Regional Office BIA, Branch of Contracting115 4th Avenue SE, Suite 400 Aberdeen SD 57401
 
ZIP Code
57401
 
Solicitation Number
A12PS0400
 
Response Due
5/7/2012
 
Archive Date
4/5/2013
 
Point of Contact
ANITA BOLLEN CONTRACT SPECIALIST 6052267363 anita.bollen@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
SYNOPSIS. The Bureau of Indian Affairs is requesting Architectural and Engineering qualifications from interested parties for multiple Indefinite Delivery/Indefinite Quantity Contracts for the Great Plains Region. This is a set-Aside for American Indian (Native American) owned and operated firms only, in accordance with the Buy Indian Act (25 U.S.C. 47). The geographical area to be covered will encompass the states of North Dakota, South Dakota, and Nebraska. The anticipated contract period shall be for one year with an option for four additional one-year periods. Contract award is contingent on availability of funds. The total value of the contract(s) will not exceed $500,000 per year. A minimum guarantee of $5,000 is payable for the first year and an additional $5,000 for each year thereafter that the contract option is extended. This requirement will utilize various NAICS Codes under 541 - Professional, Scientific and Technical Services. This is a Request for Qualifications, RFQ, of A-E Firms interested in contracting of this work. The A-E firm as used in this RFQ shall be a Native American owned firm, association, joint venture, partnership or other entity licensed in its state of incorporation to practice both Architecture and Engineering. Engineering may be by consultants. REQUIRED DISCIPLINES AND SERVICE. The Scope of A-E services may include planning, architectural, landscape architecture, interior design, surveying, geotechnical engineering, civil engineering, structural engineering, mechanical engineering, electrical engineering, IT engineering, fire protection engineering, commissioning, Leadership in Energy and Environmental Design (LEED), Field Construction Engineering/Mgmt, and value engineering. Work may include activities such as studies, inspections, and analysis of existing buildings; pre-design activities such as programming, planning, site selection, site surveys, soil borings, and planning studies; design for demolition, renovations, additions, and new construction; preparation of construction documents; cost estimating; construction administration and inspection; value engineering; commissioning; A-E reviews; and forensic investigations. Multiple design submissions of 20, 40, 70, 99 and 100% delivered on schedule for reviews as well as preliminary project proceed meetings will occur depending on the type of project designed. The scope of work for all drawings will require the latest version of AutoCAD (both.dwg format with pen assignments and.tif format), word processing shall be in Microsoft Word, and spread sheets shall be in Microsoft Excel; an archive CD will be required for key documents produced such as reports, studies and drawings, specifications, and detailed material and labor cost estimates. Designs may require consideration of sustainable design features utilizing the LEED-NC, rating system under the USGBC and Department of Interior Green Building Requirements. However the Government will not compete in the LEED-NC rating system. POLICY REQUIREMENTS. All Architect /Engineering Services are subject to provisions of Federal Acquisition Requirements (FAR) and all provisions of the Brooks Act, including Fee limitation provisions. All firms will be required to be registered and keep registration current in Central Contract Registration (CCR) and not appear on the Excluded Parties List System (EPLS). SELECTION CRITERIA. The Government will use an evaluation process in Far 15 and 36 to review each of the following Criteria for all submissions on the following Scale: Superior, Good, Marginal or Poor. 1. Qualifications of and listing of key personnel (in house and consultants,) professional registrations. Key personnel (Supervisory and signing Architects and Engineers) must be currently or will be registered in ND, SD and NE prior to any design work. 2. Approach to large and small projects in remote areas. 3. Past performance for quality, cost control, and scheduling, past performance for design process quality control including: quality of design, limiting coordination errors, estimating and, scheduling methods including phasing. Provide examples of how compliance with performance schedules by the A/E and consultants were maintained during times of multiple projects all undertaken at the same time. 4. Past performance of construction documents; demonstrate construction documents, Drawings(plans-elevations-details), Front end Div 0&1 and Technical Specifications are concise yet clear, thorough, and adequately detailed resulting in minimal change orders and other field corrections. 5. Demonstrated knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure, including energy conservation, renewable energy, energy management systems, the use of recoverable and recyclable materials, waste reduction, commissioning, and construction management practices. 6. Demonstrated knowledge and experience in cold weather climatic design, including insulation methods and structural foundation depths. 7. Demonstrated knowledge and experience with applicable codes, standards, and federal regulations. 8. Demonstrated knowledge and-or coordination for environmental hazards in building projects such as asbestos, lead-based paint, underground storage tanks, PCBs, mercury, microbials, radon, as identified by EPA. Note: These hazards are to be dealt with and mitigated and or removed by the selected A/E for each project. SUBMISSION REQUIREMENTS. Interested parties are required to submit the completed Standard Form 330, Architect-Engineer Qualifications, both parts 1 & 2 (completed for the entire "Proposed Team" (defined in Section C) dated not more than 12 months before the due date indicated below) to the following address: Bureau of Indian Affairs, GPRO, Attn: Anita Bollen, Contract Specialist, 115 4th Avenue SE, Suite 400, Aberdeen, SD 57401, by 3:00 P.M. CST, May 9, 2012. The A-E firm must include a letter or interest and address the contractual relationships with the A-E Team and its ability to manage multiple projects simultaneously. The A-E Team is required to have at least one registered, or certified as applicable, professional in the state of the project location for each discipline (Architects & Engineers) as required in the States of ND, SD and NE. Additional information requested of applying firms: discuss why the "Proposed Team" is especially qualified based on the selection criteria in Section H of the SF330. In Section F Example Projects, for firms with multiple offices, use Section F, Part 25, to detail which office completed each example project. Personal interviews may not be scheduled prior to selection of the most qualified firms. SELECTION/EVALUATION PROCESS. The Selection Committee will evaluate the submissions and establish a short list for as many as five firms. The short listed firms will be notified to establish an interview date and time, and will be asked to submit 5 copies of additional information, using an 8-one half inches X 11 inches format and not exceeding 50 pages, that may further describe their design, management and production capabilities and expertise, as well as previous accomplishments. The Selection Committee will interview each short listed team; candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. Final negotiated award will be made to the A/E firm (s) that are evaluated highest in the weighted evaluation process and then ranked highest during final interviews conducted after placement on the short list. OFMC - Great Plains Region will determine the number of A/E firms awarded contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS0400/listing.html)
 
Record
SN02715083-W 20120407/120405235602-7f4060eec7ca7f347431252df28acd36 (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.