Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOLICITATION NOTICE

C -- A-E Bridge Assessments for Bureau of Indian Affair

Notice Date
10/31/2019
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
BIA CENTRAL 00016 12220 Sunrise Valley Drive Contracting Office Reston VA 20191 US
 
ZIP Code
00000
 
Solicitation Number
140A1620R0002
 
Response Due
11/28/2019
 
Archive Date
12/13/2019
 
Point of Contact
Fife, John
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
ARCHITECT-ENGINEERING (A-E) SERVICES FOR Bridge Assessment Services Synopsis/Solicitation: 140A1620R0002 The Bureau of Indian Affairs (BIA) is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services for seven (7) Indian Affairs locations. The Division of Transportation requires the services of an A-E firm to provide bridge inspection services described herein. Services are required to assess structural integrity for thirty-nine (39) bridges. The Contractor shall provide administrative, management and inspection services for seven (7) Indian Affairs locations with thirty-nine (39) bridges total as described below. The Statement of Work (SOW) establishes the work requirements, applicable standards, performance requirements, schedule and services to be provided for seven (7) Indian Affairs locations identified on Attachment 9, Inspection Location Map. This is a competitive selection process in which competing offerors' qualifications will be evaluated in accordance with (IAW) FAR Part 36.6 to determine the most highly qualified firms. The Government intends to award one Firm Fixed-Price contract. IAW FAR 36.603(b): To be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330, "Architect-Engineer Qualifications," Part II and when applicable, SF 330, Part I. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties' expense. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firm's SF 330 is currently on file. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This acquisition will be 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) firms. The NAICS Code 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $16.5M. A-E EXPERIENCE REQUIREMENTS: The A-E firms ¿ experience shall include that which is commensurate with the requirements specific to the attached Statement of Work. The work may include: (1) Professional services of an A-E nature, as defined by State law, if applicable, that are required to be performed or approved by a person licensed, registered, or certified to provide those services. (2) Professional services of an A-E nature that are associated with bridge inspection experience, National Bridge Inspection Standards (NBIS) familiarity, fracture critical bridge inspections, underwater bridge inspections, initial bridge inspection, damage inspections and routine bridge inspections (3) Other professional services of an A-E nature including studies, investigations, surveying and mapping, tests, evaluations, consultations and other related services in accordance with the statement of work and incorporated attachments. The A-E firm shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E firm shall furnish BIA with complete and usable products to include: investigative reports, study reports and other documents. QUESTIONS: All questions regarding this synopsis must be submitted in writing to the primary POC no later than November 20, 2019. Primary POC email: john.fife@bia.gov Alternate POC email: william.mclaughlin@bia.gov The following documents are considered Attachments to this Synopsis/Solicitation: Attachment 1 - Instructions to Offerors Attachment 2 - Evaluation Factors Attachment 3 - Statement of Work Attachment 4 ¿ SF-330 Attachment 5 ¿ Past/Present Performance Questionnaire Attachment 6 ¿ Indian Economic Enterprise Representation Attachment 7 ¿ Year end Inspection List Attachment 8 ¿ Regional Points of Contact Attachment 9 ¿ Inspection Location Map In accordance with FAR 52.232-18, Availability of Funds Funds are not presently available for this contract. The Government ¿s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1620R0002/listing.html)
 
Record
SN05487111-W 20191102/191031230642-4b2bb0c0d808840ab3439b4e5e572f33 (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.