SOLICITATION NOTICE
C -- BIA Rte 4 ERFO Contruction Management Services
- Notice Date
- 7/19/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- BIA GPRO 00001115 4TH AVENUE SEContracting OfficeAberdeenSD57401-4382US
- ZIP Code
- 00000
- Solicitation Number
- A13PS00503
- Response Due
- 8/16/2013
- Archive Date
- 9/15/2013
- Point of Contact
- ANITA BOLLEN
- E-Mail Address
-
anita.bollen@bia.gov
(anita.bollen@bia.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS. It is the intent of the Bureau of Indian Affairs to procure professional engineering services to provide construction oversight and inspection of BIA Route 4 Emergency Road Repair project. The construction project consists of repairing shoulders, slip lining an existing culvert, extending an existing culvert and chip and sealing BIA Route 4 on the Crow Creek Indian Reservation, in Buffalo County South Dakota. The Beginning of the Project is located at the intersection of BIA 4 and SD Highway 34 in Fort Thompson. The construction management work is anticipated to begin around September 1, 2013 and is dependent upon the award date of the construction contract which is being advertised concurrently. The time allowed to complete the construction work is 90 calendar days. Construction specifications for this project are the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects- FP-03 (U.S. Customary Units), published by the Federal Highway Administration, and supplemental specifications. This is a Request for Qualifications (RFQ) of Engineering Firms interested in contracting this type of work. The procurement is being advertised as a Buy Indian set-aside for Native American Indian owned and operated firms only in accordance with the Buy Indian Act (25 U.S.C.47). The firm shall be listed in SAM.gov under the NAICS code of 541330 (Size Standard $14 Million). The estimated price for construction management services is $25,000 - $100,000. REQUIRED DISCIPLINES AND SERVICE. Construction Inspection Services will include, but are not limited to: 1) Attendance at the pre-construction conference; 2) Provide adequate professional supervision to assure that work is constructed in accordance with the plans and specifications; 3) Provide quality assurance by observing the contractors work and testing methods, and perform testing to verify the contractors results; 4) Promptly report to the Contracting Officers Representative (COR) any ambiguities or discrepancies found in the project requirements, criteria, or documents involving the work; 5) Maintain project records on all construction activities including a daily project diary, material certifications, test results, load tickets, etc. Original Project records will be turned over to the COR upon completion of the project; 6) Review certified payrolls to insure compliance with Davis-Bacon labor rates; 7) Measure and keep track of the actual as-built quantities; 8) Prepare or review the contractors monthly and final pay estimates for accuracy; 9) Submit monthly progress reports of the work; 10) Prepare "as-built" drawings of the plans and information noting any approved deviations from the originals during construction; 11) Assist with conducting the final inspection with the COR and Construction Contractor. POLICY REQUIREMENTS. All Engineering Services are subjet to provisions of Federal Acquistion Regulations and all provisions of the Brooks Act. The awardee will be required to be registered nad keep registration current in SAM.gov and not appear on the Excluded Parties List System. 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. Each criteria is of equal value. 1) Past Performance: Demonstrated successful history of providing construction inspection services on similar road construction projects. Provide examples of representative projects. 2) Professional Qualifications: Total number of years of experience of registered engineers in South Dakota and team members that will perform these services. 3) Experience with Construction Specifications: Describe knowledge or previous experience with the requirements of the Standard Specifications for the Construction of Roads and Bridges on Federal Highway Projects (FP-03. 4) Quality Assurance/Quality Control: Describe the methods used during past projects to coordinate quality control and quality assurance procedures. 5) Location: Location in the general geographical area of the project and familiarity with local construction conditions and methods. SUBMISSION INSTRUCTIONS. Interested parties are required to submit the completed Standard Form 330 Architect-Engineer Qualifications, both parts 1 & 2 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 PM, CST, August 16, 2013. SELECTION EVALUATION PROCESS. Based on the document submitted, the government shall evaluate the submitted documentation in accordance with the above criteria and shall select the top three (3) best qualified firms to receive a Request for Proposal (RFP). RFPs will be issued to only the three best qualified firms and the government anticipates awarding one contract resulting from the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A13PS00503/listing.html)
- Record
- SN03122106-W 20130721/130719234718-ea47581b9d749b012f71eea1df97fc18 (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 |