SOURCES SOUGHT
C -- Professional Engineering Services
- Notice Date
- 5/17/2010
- Notice Type
- Sources Sought
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- RMN00100100
- Response Due
- 6/24/2010
- Archive Date
- 5/17/2011
- Point of Contact
- Ella M. Dempsey Purchasing Agent 5058638335 ella.dempsey@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 Bureau of Indian Affairs, Navajo Regional Office, is soliciting an award of Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Professional Engineering Services relating to materials testing of road construction projects on the Navajo Indian Reservation in Arizona, New Mexico and Utah. 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 a one (1) year basic ordering period 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 $5,000,000.00 for the life of the contract, with no individual task order exceeding $350,000.00. The guaranteed minimum amount under this contract is $5,000.00. 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, the Government to select firms for Architect & Engineering contract 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 pass 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. Firms responding to this announcement must be American Associate of State Highway and Transportation Officials (AASHTO) Certified Laboratory and shall be in full compliance with the licensing requirements and shall be currently permitted to practice the profession of engineering in the State of Corporation. The contract scope of work consists of the following discipline of engineering services: (A) Pavement, bridge foundation design recommendations, and any and all other structural element foundation recommendations for a given highway and/or bridge project; and (B) Testing of soils, aggregate base, Portland cement concrete, asphalt cement, and asphaltic concrete. (C) Special geotechnical design plans and specifications for unique highway engineering problems. These special designs may include slope stability features, rock stability and/or blasting, unique retaining walls, subsurface drainage features, soil stabilization, etc. Services will include but not limited to: A. Preliminary Engineering Services which consists of subsurface exploration and foundation/structural pavement design; roadway sampling and testing; soils investigation and surfacing recommendation report; bridge and other structural element soils investigations, sampling and testing; and bridge/major drainage structure soils investigation and foundation recommendation report; and B. Roadway/Bridge/Structural Element Construction Inspection and Testing which consists primarily of aggregate base course, asphaltic concrete pavement, and Portland cement concrete testing but can include many other materials used in highway and bridge construction. 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 highest 5 ranked firms. In order to gain consideration, each discipline must be addressed separately by relating the interested AASHTO Certified Firm's capabilities to the following evaluation criteria categories and points; the items of which are in descending order of importance: A. Factor 1: (20 Points) Professional qualification and experience personnel proposed for assignment to work within the specified disciplines through AASHTO certification for all highway material testing procedures as well as AASHTO certified laboratories. Greater consideration may be given for Firms who have licensed professional Engineers on staff. B. Factor 2: (20 Points) Thorough knowledge of all AASHTO and ASTM design and testing manuals and procedures as related to highway engineering and other manuals. Including certification for testing of all highway materials and al lab equipment an d main and field labs.C. Factor 3: (20 Points) Management Capabilities: 1. Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. 2. Each offeror shall be required to provide the relevant experience and knowledge of key individual(s) of the team who will be assigned directly to the project. The key individual is the Geotechnical Engineer, who should have direct work experience over all scope of work. The Geotechnical Engineer should have successfully completed at least five (5) projects with a similar or more complex scope for a least 80 percent of the total project term. All task orders must have been completed timely, within budget, and to the satisfaction of the owner. D. Factor 4: (20 Points) Past Performance Each offeror should provide five (5) references of past performance on contracts completed and submit it directly to the BIA, Division of Acquisitions; Attention: Ms. Ella M. Dempsey, P.O.1060, Gallup, NM 87305. This factor is the quality of work and depth of relevant experience of the offeror previously completed projects/task orders on project management, coordination, compliance, timeliness, dollar value, and related contracts requirements. Per FAR 15.305(a) (2) (iv), firms with no relevant experience and/or past performance history may not be evaluated favorably or unfavorably on past performance. References must be capable of providing first hand information to substantiate the satisfactory completion of the offeror's past performance. References will be contacted. E. Factor 5: (20 Points) Location in the general geographical area of the Navajo Indian Reservation and knowledge of the locality of projects, that application of the criterion leaves appropriate number of qualified firms, given nature and size of each project. The government may request to have on-sight visits to each offer or'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 IDIQ contract 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 offeror 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 including A&E firms desiring consideration must submit 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 exceeds of this maximum limit will not be evaluated by the selection board. Responses are due at 3:30 (local time) on June 24, 2010 to be considered. Submitted documents to Ella M. Dempsey, BIA, Navajo Region, Division of Acquisition, P.O. Box 1060, Gallup, New Mexico 87305 (mailing address) OR Physical address: BIA, Navajo Region, Division of Acquisition, 301 West Hill Avenue, Room 346, Gallup, New Mexico 87301 - Attention: Ella M. Dempsey, Telephone Number (505) 863-8335. 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/RMN00100100/listing.html)
- Place of Performance
- Address: Navajo Indian Reservation in Arizona, New Mexico and Utah
- Zip Code: 87305
- Zip Code: 87305
- Record
- SN02152014-W 20100519/100517235113-1b9a1f182aad7706dc009396119aa172 (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 |