Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SPECIAL NOTICE

99 -- A-E Services

Notice Date
8/11/2015
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
BIA WRO 000112600 N CENTRAL AVENUEContracting OfficeSUITE 400 MAILROOMPhoenixAZ85001US
 
ZIP Code
00000
 
Solicitation Number
A15PS00669A2
 
E-Mail Address
A-E Services
(paul.robinson@bia.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NO. 2 IS ISSUED TO SOLICITATION NO. A15PS00669 to make correction to the Submission Date of SF 330 forms. NOTICE OF INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE - Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. This procurement is issued under NAICS Code 541310, with a $4.5 M Small Business Size Standard. Native American Indian/Native Alaskan firms providing SF-330s under this Act must certify that they are eligible and meet the definition of Indian Economic Enterprise as defined in 1450.201 under the Buy Indian Act. The Bureau of Indian Affairs, Western Regional Office, solicits for the award of a fixed-price contract for Architectural-Engineering Services for: (a) CRIR Consolidated Bridge No. 1 - bridge design (superstructure and substructure) and road design activities to develop plans, specifications, and engineers estimate for the removal and disposal of four (4) bridges, and the construction of replacement bridges on the Colorado River Indian Tribe (CRIT) Reservation, La Paz County, AZ; and, (b) bridge design (superstructure and substructure) and road design activities to develop plans, specifications, and engineers estimate for the construction of a bridge on the South Fork Indian Reservation, Elko County, NV The person responsible for the Plans, Specifications and Engineers Estimate packages shall be a Professional (Civic) Engineer registered in the State where the project is located. The person responsible for Bridge Designs shall be a Professional (Structural) Engineer registered in the State where the project is located. Firms responding to this announcement must be in full compliance with licensing requirements and shall be currently permitted to practice the profession of engineering in the State of Corporation. The Government anticipates to award one contract resulting from this procurement. This acquisition is for architect-engineer (A-E) service, and is procured in accordance with the Brooks A-E Act as implemented in 40 U.S. C. 101, Section of Architects and Engineering, Federal Acquisition Regulations (FAR) Part 36. This Presolicitation is Phase I, to obtain qualification statements from A-E firms about its general professional qualifications of SF 330 in meeting the requirements described in this announcement. A-E firms are invited to submit: (1) a Standard Form (SF) 330 Architect-Engineering Qualifications, Part I and Part II, and (2) any requested supplemental data to to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications to http://www.bpn.gov/orca/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, submit to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selectin of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. GENERAL SCOPE OF WORK: The services required may include, but will not necessary be limited to: 1.CRIR Consolidated Bridge No. 1: The A-E firm shall provide all labor, materials, equipment and services to perform bridge design (superstructure and substructure) and road design activities to develop plans, specifications, and engineers estimate for the removal and disposal of four (4) existing bridges located over irrigation drainage ditches and the construction of replacement bridges as follows: (1)Project CRIR 1(23), Main Drain Bridge - Remove and dispose of existing bridge (No. H004), replace with a simple span precast, prestressed, beam type superstructure, approximately 75 feet in length, with a Geosynthetic Reinforced Soil Integrated Bridge System (GRS-IBS) substructure to be located on the existing alignment of Route 1. (2)Project CRIR 34(1), Main Drain Bridge - Remove and dispose of existing bridge (No. H024), replace with a simple span precast, prestressed, beam type superstructure, approximately 75 feet in length, with a GRS-IBS substructure to be located on the existing alignment of Route 34. (3)Project CRIR 44(1) Main Drain Bridge - Remove and dispose of existing bridge (No. H030), replace with a simple span precast, prestressed, beam type superstructure, approximately 90 feet in length, with a GRS-IBS substructure to be located on the existing alignment of Route 44. (4)Project CRIR 60(1) Main Drain Bridge - Remove and dispose of existing bridge (No. H036), replace with a simple span precast, prestressed, beam type superstructure, approximately 80 feet in length, with a GRS-IBS substructure to be located on the existing alignment of Route 60. The projects are located on the Colorado River Indian Reservation, La Paz County, Arizona. The person responsible for the Plans, Specifications and Engineers Estimate packages shall be a Professional (Civil) Engineer registered in the State where the project is located. The person responsible for the Bridge Designs shall be a Professional (Structural) Engineer registered in the State where the project is located. Performance Period: 180 calendar days after receipt of notice of award/from award date of contract. 2.SFIR 3(1), Indian Bench Bridge, No. H313 The A-E firm shall provide all labor, materials, equipment and services to perform bridge design (superstructure and substructure) and road design activities to develop plans, specifications, and engineers estimate for the construction of a bridge with approach roads as follows: Project SFIR 3(1), Indian Bench Bridge, No. H313 - Remove and dispose of existing debris from a bridge that was washed out and replace with a simple span precast, prestressed, beam type structure, approximately 85 feet in length to be located on the existing alignment of Route 3 (Indian Bench Road). The bridge approach roads shall begin at Route 1 (Lee Road) follow the existing alignment of Route 3 for approximately 1000 feet south to the north end of the new bridge and end 500 feet beyond the south end of the new bridge. The approach roads shall be graded and drained with a gravel surface. The project is located on the South Fork Indian Reservation, Elko County, Nevada, and will provide an all-weather crossing on Route 3 over the South Fork of the Humboldt River. The person responsible for the Plans, Specifications and Engineers Estimate packages shall be a Professional (Civil) Engineer registered in the State where the project is located. The person responsible for Bridge Designs shall be a Professional (Structural) Engineer registered in the State where the project is located. Performance Period: 240 calendar days after receipt of notice of award/from award date of contract. SELECTION CRITERIA: A-E selection criteria are listed in order of importance and will include: (1) Recent specialized experience and technical competence in the preparation of the design and engineering of new roadway construction, alterations or repairs of existing roadway systems. Do not list more than a total of ten (10) projects on the SF 330, Part II. Indicate point of contact and telephone number for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project; (2) Professional qualifications of the staff (including consultants if applicable) assigned to the work; (3) Capacity to accomplish the work in the required Performance Period time for each requirement. Indicate the firms present workload and the availability of the project team (including consultants, if any) for the specific contract performance period; (4) Quality Assurance/Quality Control coordination methods used during the performance of work; (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Indicate by briefly describing internal qualify assurance/quality control procedures and cost control procedures. List recent awards, commendations and other performance evaluations (do not submit copies); (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The Government will not indemnify the firm selected against liability involving any work performed under the contract issued. A-E firms which meet the requirements described in this announcement are invited to submit a completed SF 330 Part II for each consultant listed in block 10 of the firms SF 330 to the office listed above. Firms responding to this announcement by August 20, 2015, 4:00 PM COB, Phoenix, AZ local time, or the 30th calendar day after the date of the intial appearance of this solicitation in fedbizopps, whichever is later, will be considered. This is not a proposal. Additional information requested of applying firms: Indicate sonication number in block 1, DUNS number (for the address listed in block 2a.) and e-mail address (if any) in block 6a. and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 330. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. SF 330s shall not exceed 30 printed pages (doubt sided is two pages/organ charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 330 Part II (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms shall not submit any pre-printed literature such as brochures, capability statements, etc. Firms not providing the requested information in the format (i.e., not providing a brief description of the quality control plan) directed by this synopsis may be negatively evaluated under the selection criteria in which is was requested. Firms which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. All SF 330s are considered current if dated and signed after the date of this notice in Fedbizopps. Based on the documents submitted, the Government shall evaluate the submittal document in accordance with the above evaluation criteria and shall select the top three (3) best qualified firms to receive a Request for Quotation (RFQ). RFQs will be issued only to the top three (3) best qualified firms and the government anticipates to award one Fixed Price contact resulting from the RFQ; however, the Government reserves the right to issued multiple awards if in the best interests of the Government. SUBMISSION REQUIREMENTS: Responses are due at 4:00 PM, August 20, 2015, Thursday, 4:00 PM COB, Phoenix, AZ local time to be considered. Submit documents via U.S. Mail or Fed-X/UPS to: BIA, Western Regional Office, Branch of Acquisition Mail Stop 230, 2600 N. Central Avenue, Suite 400 Mailroom, Phoenix, AZ 85004-3050 (Attention: Paul Robinson, Contract Specialist). Email, telegraphic and facsimile SF 330s shall not be accepted. Site visits shall not be arranged during the submission period. Questions: All questions shall be submitted in writing to email address: paul.robinson@bia.gov. Questions are to be submitted no later than August 14, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00669A2/listing.html)
 
Record
SN03832436-W 20150813/150811235248-5554445ce1d0b86c931a95843ef513e2 (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.