MODIFICATION
C -- A&E IDIQ Materials Testing - Requesting for Qualification SF-330
- Notice Date
- 8/26/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
- ZIP Code
- 00000
- Solicitation Number
- A15PS01106
- Response Due
- 9/25/2015
- Archive Date
- 10/10/2015
- Point of Contact
- DEMPSEY, ELLA M
- Small Business Set-Aside
- N/A
- Description
- Amended to correct the Response Date to September 8, 2015, 1:00 Local Time. The Bureau of Indian Affairs, Navajo Regional Office anticipates awarding three Indefinite Delivery Indefinite Quantity (IDIQ) contract for Materials exploration and testing services for the Navajo Indian Reservation in Arizona, New Mexico and Utah. In accordance with 40 U.S.C 101, Section of Architects and Engineering, FAR Part 36 will be used in conjunction with the negotiation procedures in FAR Part 15, the Government will select Materials testing laboratories based on professional qualification and selection criteria. Professional Engineering Services are for materials testing and geotechnical engineering and explorations of road construction projects on the Navajo Indian Reservation in Arizona, New Mexico and Utah in support of several Federally-funded programs administered by BIA, Navajo Regional Office. TYPE OF CONTRACT: This acquisition is a FULL AND OPEN COMPETITION to A-E firms licensed and registered within Arizona, New Mexico and Utah served by BIA, Navajo Regional Office. NAICS Code: 541380, Testing Laboratories of Professional Engineer license in Arizona, New Mexico and Utah. Each IDIQ contract awarded will consist of 1 base year and options to extend the contract for 4 additional 1-year periods. Each successful firm will be re-evaluated each year to determine award of options to extend the contract. The total order amount will not exceed $5,000,000.00 for the life of the IDIQ contract, with no individual task order exceeding $350,000.00. The guaranteed minimum amount under this contract is $5,000.00 for base year only. The $5,000.00 amount is not a minimum guarantee for any option year exercised. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the IDIQ contract. Task orders may or may not be for a complete project or series of projects. This solicitation is Phase I of a two step process to obtain information from Materials testing and Geotechncial Engineering firms about its general professional qualification of SF330, 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. No other general notification to firms will be made and no further action is required. This is not a request for proposal. No solicitation package is available. GENERAL SCOPE OF WORK: The work will be associated with The Indian Reservation Road (IRR) program was established by Congress within the Surface Transportation Assistance Act of 1982 (P.L. 97-424) with reauthorization in 1987 and subsequent modification under the Intermodal Surface Transportation Efficiency Act of 1991, (ISTEA), (P.L. 102-240) and the Transportation Efficiency Act for the 21st Century (TEA-21), P.L. 105-85, and the current Moving Ahead for Progress in the 21st Century (MAP-21) authorization, P.L. 112-141. The Indian Reservation Roads Program is a jointly administered program of the Bureau of Indian Affairs and the Federal Highway Administration. In general, these Acts provide for the design, construction, reconstruction, and construction management of roads and bridges on Indian Reservation as well as transportation planning and periodic inspection/inventory of BIA IRR bridges. Funding for Delivery Orders within this contract are from Moving Ahead for Progress in the 21st Century (MAP-21) authorization, P.L. 112-141 and any new transportation re-authorizations as approved by Congress. SERVICES REQUIRED UNDER THE CONTRACT: Interested firms responding to this announcement must be American Associate of State Highway and Transportation Officials (AASHTO) Certified Laboratories only and cannot be an engineering firm who subs out the work to an AASHTO certified laboratory. The lab shall be in full compliance with the state licensing requirements and shall be currently permitted to practice the profession of materials and geotechnical engineering in the State of Corporation. The contract scope of work consists of the following discipline of engineering services: (A) Pavement surfacing design, bridge foundation design/recommendations, embankment stabilization, and subgrade treatment design recommendations, and any and all other structural element foundation recommendations for a given highway and/or bridge project; (B) Testing of soils, aggregate base, Portland cement concrete, asphalt cement, asphaltic concrete, paint, sign reflectivity, asphalt oils, timber, structural steel, lime, and other products used in the highway industry. (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, and other unique geotechnical problem that may arise on a given transportation project. Services will include but not limited to: A. Preliminary Geotechnical Engineering Services (PE) which consists of subsurface exploration and foundation/structural pavement design; roadway sampling and testing; soils investigation and surfacing recommendation reporting; bridge and other structural element soils investigations, sampling and testing; bridge/major drainage structure soils investigation and foundation recommendation report; rock and soil stability analysis and design requirements; subgrade soils treatment recommendations using various soil additives; special geotechnical analysis and design; chipseal design recommendations of various types and grades; pavement oil treatments; concrete mix designs of various types; and B. Roadway/Bridge/Structural Element Construction Engineering Inspection and Testing (CE) which consists primarily of aggregate base course, asphaltic concrete pavement, sign and striping reflectivity, and Portland cement concrete testing but can include many other materials used in highway and bridge construction. EVALUATION FACTORS FOR SELECTION OF TOP FIVE In accordance with Brooks Act, the BIA will evaluate and select the top 5 firms from the total number of Labs who submit a SF330 qualification package for the IDIQ contracts. In Phase II the top 5 firms will then be evaluated under additional evaluation criteria including an on-site visit. Subsequently, negotiations for the eventual contracts will be held with the highest 5 ranked firms resulting in contract awards to the top three. 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. 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; including other manuals; Including certifications for carrying out the various testing procedures for highway materials, including types of equipment available with current certifications of equipment calibrations both in the main lab and field labs. C. Factor 3: (20 Points) Interest of Top Management & the Task Order Management Capabilities (both PE & CE): 1. Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management, coordination, and how upper management gets involved in the process; and cost control measures on change orders and how they are proposed, tracked, and issues followed up on to insure quality and timely deliverables; and records management 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 task order. The key individual is the Geotechnical/Materials Engineer, who should have direct work experience over all scope of work. The Geotechnical/Materials 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: (15 Points) Past Performance Each offeror should provide five (5) references of recent ( last three years) 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 firsthand information to substantiate the satisfactory completion of the offeror ¿s past performance. References will be contacted. See Attachment A, B, C and D. E. Factor 5: (5 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. F. Factor 6: (10 Points) Specialized Experience & Technical Competence. The Lab/Firm ¿s specialized experience in the geotechnical and testing 7 inspection fields that reflects the firms technical competence. Specialized experience includes, but not limited to, being an expert witness in a claim, specialized equipment to carry out unique testing procedures, use of GIS, or special design features developed for a client. G. Factor 7: (10 points) Facilities & Equipment. The Lab/Firm ¿s ability to conduct all the testing procedures for various highway materials used on a construction project with the right type of certified equipment. The Firm/Lab calibration updating tracking process with all equipment certified and well kept. The testing lab ¿s tracking of samples procedures and cleanliness. In Phase II of this solicitation as 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 will request to have on-sight visits to each offeror ¿s facilities to verify the information provided through this solicitation 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 contracts 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 SUBMISSION REQUIREMENTS: Firms desiring to be considered must submit five (5) set of documents containing copies of the completed SF 330. Bind each set with front and back covers. The front cover will show the submitting firm ¿s name and address, the solicitation number, closure date of the solicitation, and any other pertinent information. Divide each set into the following labeled sections: ¿Section 1 must include a cover letter; ¿Section 2 must include the Part I of the SF 330 (without instructions), with tabbed subsections for Items A through I. Provide an organizational chart under Item D, the prime consultant and all sub consultants listed under Item C. In Item E, provide only resumes of key personnel that are anticipated to work on the contract. Provide detail on the role the individual had in example projects. Item F is limited to 10 projects showing examples of past performance relevant to general scope of work, quality, budgeting, timeliness and innovative project delivery. Example projects should at a minimum include project scope, size, cost, and lists of the project staff and sub consultants on the project with detail on the roles and responsibilities of each team member. ¿Modify Item G accordingly to reflect number of projects shown in Item F and number of staff shown in Item E. Item H may include other superior performance indicators, including subject matter and point of contact not covered in Item F, as well as other responses to the evaluation criteria that are not responded to elsewhere. ¿Section 3 will include Part II of SF 330 and should include a tab for each firm. Submit data that the firm feels adequately demonstrates experience and qualifications to perform the required work. The submitted package is limited to 40 sheets total, 8.5 ¿ x 11 ¿, printed on front and back (total of 80 printed pages), excluding tabs and front and back covers. Pages must be numbered consecutively. Only page numbers 1-80 will be considered during evaluations. Font for body copy must be Times New Roman and no smaller than 10 pt. Table font must be Times New Roman but may be smaller than 10 pt. Please do not submit any pre-printed literature such as brochures, capability statements, etc. Failure to provide requested data, accessible point of contact or valid phone numbers could result in a firm being considered less qualified. Responses are due at 1:00 P.M. (local time) on September 8, 2015 to be considered. ALL QUESTIONS IS TO BE PROVIDE TO: Ella.Dempsey@bia.gov. Question will be accepted thru August 31, 2015. Submit 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 SAM contracts from the Federal Government. The CCR website address is http://www.sam.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS01106/listing.html)
- Record
- SN03857582-W 20150828/150827000457-7683160fcc88dd9c605b09016bec44c6 (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 |