Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2018 FBO #6193
SOLICITATION NOTICE

C -- C - CONSTRUCTION ADMINISTRATION SERVICES

Notice Date
11/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
BIA CENTRAL 00016 12220 Sunrise Valley Drive Contracting Office Reston VA 20191 US
 
ZIP Code
00000
 
Solicitation Number
140A1619R0003
 
Response Due
11/15/2018
 
Archive Date
11/30/2018
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
THIS IS A INDIAN SMALL BUSINESS ECONOMIV ENTERPIRESES SET ASIDE This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. 140A1619R0003 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This acquisition is A INDIAN SMALL BUSINESS ECONOMIV ENTERPIRESES SET ASIDE. NAICS Code: 541330. CONSTRUCTION ADMINISTRATION SERVICES Statement of work: CONSTRUCTION ADMINISTRATION SERVICES FOR THE BLDG 101 STUDENT SERVICES RENOVATION, Bureau of Indian Education, Southwestern Indian Polytechnic Institute Albuquerque, New Mexico 1.0 GENERAL 1.01 Introduction :The Southwestern Indian Polytechnic Institute (SIPI) requires Construction Administration Services for the renovation of the Student Services Building 101, located on the campus at 9169 Coors Blvd. NW, Albuquerque, New Mexico. 1.02 Project Scope: Construction Administration Services to be provided for a construction project that includes selective demolition and renovation of 11,104 SF in Building 101. The project includes all work necessary to complete demolition and new construction including coordination with items outside the immediate building work boundaries such as IT, mechanical, plumbing, existing solar panels, and electrical interconnections. 2.0 SCOPE OF WORK: Provide all labor, equipment, materials, and supervision necessary to perform all work required for Construction Administration Services, As-Built Drawings and Closeout Services for nine months. A. Task 1. Construction Administration Services: 1. Pre-Construction Conference. The CO will conduct a pre-construction conference with the Contractor at the work site. The A-E will attend the pre-construction conference and serve as a technical resource to the CO and COR. The pre-con date is dependent on award and issuance of the Notice to Proceed. 2. Requests for Information. The A-E shall evaluate the Construction Contractor's Requests for Information and provide the COR or CO with recommended technical language to answer or advise. The A-E should assume medium complexity RFIs will be received every month over the duration of the project. Should the volume of RFIs exceed this estimate or should a particular RFI require extensive research or engineering effort to resolve, the A-E will contact the CO and the COR to request additional funding for that effort. The CO and COR will determine if the work is additional to the original SOW requirements and/or if the work should have reasonably been accomplished as a part of the design effort before approving additional funds. 3. Periodic Observations and On-Site Technical Assistance. The A-E will observe the construction in progress at least once every week and work closely with the Construction Inspector to ensure that the Contractor meets the requirements of the construction contract. The A-E will provide engineering staff (civil, mechanical, electrical, and structural) for inspections at appropriate phases during the work and will be available to make site-visits for the purpose of inspecting specific engineering work or to resolve any engineering problems. 4. Shop Drawings. The A-E will process the Contractor's shop drawings, product data, and samples submittals. 5. Test Results. The A-E will review the results of construction testing and inspect on and will report their findings to the CO and COR. When necessary, the A-E will recommend corrective actions to the CO and COR. 6. Changes to the Project Documents. The A-E will review and comment upon requests for changes from the construction contractor and make recommendations to the COR. The A-E will prepare independent cost estimates for proposed change orders and provide to the COR. The COR will recommend approval or disapproval to the CO and the CO will issue any change orders. 7. Pay Applications. The A-E will review all contractor pay applications and make recommendation in writing to the COR. The COR will make the final recommendation(s) for payment to the CO. 8. Punch List. The A-E in concert with the Construction Inspector will create and maintain a current Punch List. 9. Substantial Completion. The A-E in concert with the Construction Inspector will recommend to the COR the date of Substantial Completion. The A-E shall draft and forward to the COR all documentation certifying Substantial Completion. The A-E will assist in establishing and participate in the Final inspection and the completion of the closeout process. The Declaration (Certificate) of Substantial Completion will establish the responsibilities of the BIE and the Contractor for: security, maintenance, heat, utilities, damage to the Work and insurance. The Declaration will establish the time within which the Contractor shall finish all punch list items accompanying the Declaration. The Declaration shall establish the end of liquidated damages, if applicable. 10. Issuance of the Declaration allows movable furniture, fixtures and equipment to be installed. Issuance also allows BIE to take custody of the facility and begin the maintenance and upkeep of the Work. All submittals; as-built drawings; and other end-of-work documents must be submitted to the CO before the Declaration of Substantial Completion is issued. The COR or the Official in Charge at SIPI shall accept keys on behalf of the BIE. The COR will sign the Declaration of Substantial Completion. 11. Occupancy of the Building. The A-E shall not authorize the user to occupy the building until the Division of Safety and Risk Management (Authority Having Jurisdiction) has inspected the building and issued a Certificate of Occupancy or a Temporary Certificate of Occupancy. The final inspection will be requested by the A-E through the COR. The final inspection will be conducted in conformance with the "New Construction and Major Renovation Final Safety and Health Inspection and Certificate of Occupancy Guidelines", issued by DSRM. 12. Real Property Cost Data. After construction completion the A-E will provide real property cost data to the COR. 13. Utilities Data. The A-E will provide final site and utilities data to the COR. The A-E will provide the building number, a list of all as-built spaces (i.e. rooms) included in each building, the room name and room number the net square feet of each space and the total gross square feet for each building. The as-built room finish schedule will also be provided. To the extent included in the project, the following site information will be provided: elevated or ground water storage tank capacity in gallons; sewer lagoon (system) in acres, total number of acres developed, square feet of parking, lineal feet of streets and width and material of streets, size, material and lineal feet of sewer lines; size, material and lineal feet of water lines; and size of athletic fields. This data will be provided to the COR using the most recent version of AutoCAD software. B. Task 2. As-Built Drawings and Closeout Services: 1. As-Built Drawings: the A-E shall prepare the final reproducible as-built drawings after construction completion using the marked-up or draft 'as-built' drawings prepared by the Contractor during construction. 2. Closeout Services in accordance with Section 01 7800, CLOSEOUT SUBMITTA S, in the Construction Specifications. 3.0 Deliverables: A. The following contract deliverable items shall be submitted to the BIE-SIPI. B. Unless otherwise instructed, the submittal shall be made to the COR with a copy of a transmittal letter (less deliverables) provided to the CO: Task 1. Construction Administration Services: 1. Provide 2 copies of trip reports documenting the A-E's periodic observations, action items, or RFI ¿s arising during on-site visits. Provide these reports to the COR within 5 calendar days of the site visit. 2. Provide 2 copies of the Contractor's Schedule of Values with recommendations. 3. Provide 2 copies of the Contractor's construction schedule, updated on a monthly basis. 4. Provide 2 sets of shop drawings and product data after construction is complete. 5. Provide change order estimates and technical recommendations for actions on change orders as requested by the CO. 6. If applicable, provide 4 copies of fire alarm, fire sprinkler, and bleacher shop drawings, data sheets and fire sprinkler hydraulic calculations to the COR following receipt from the Contractor and review by the A-E. In addition, the Division of Safety & Risk Management, Indian Affairs, will review construction submittals for applicable Life Safety requirements such as: Fire Alarm Systems, Fire Sprinkler Systems, Emergency lighting, Elevators and Bleacher Systems. 7. Provide cost data for all real property constructed. 8. Provide building and site improvement data necessary for data entry into the IA-FMS (Maximo) system. Task 2. As-Built Drawing Services and Closeout Services: Provide final, reproducible as-built drawings. The A-E shall provide to the COR, the CAD electronic version of the drawings and specification files showing the as-built conditions. A PDF file shall also be provided. 2. Provide 2 copies of the Final Inspection Report; punch list; completion documents; and close out documents. 3. Provide final Operation and Maintenance manuals, operating instructions and closeout documents in accordance with Section 01 7800, CLOSEOUT SUBMITIALS, in the Construction Specifications. END OF STATEMENT OF WORK TRAVEL: Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. EVALUATION: FAR 52.212-02: Evaluation -Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance Factor I - Technical Capability quote for Construction Administration Services, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW. b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d) Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for Construction Administration Services, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b) Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. c) Submit a resume, certificates, licenses, along with a letter of commitment for all key personnel. Factor III - Past Performance for Construction Administration Services, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire 1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) related to Contract Inspector Services. 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what was done fix it? 11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How was the technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime? 15. Past efforts with the any other agency? 16. The company's strong points? BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.2013, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR FAR 52.222-41, Service Contract Act 1965; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ; DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFP is due at the Department of the Interior, Bureau of Indian Affairs, Central Region Office, Division of Acquisition, Attention: Mary Jane Johnson, 1001 Indian School Road, NW, Suite 349, Albuquerque, New Mexico 87104, by, Thursday, November 15, 2018, 2:30 PM (Local Time, Albuquerque, N.M.) copies of the proposals will be accepted by email. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by email to Maryjane.johnson@bia.gov. All contractors submitting proposals must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov. Your package should include the following: SECTION A: Cover sheet Offeror ¿s Price Schedule FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items DIAR 1452.280-4, Indian Economic Enterprise Representation. SECTION B: Factor I: Technical Capabilities Factor II: Management Capabilities Factor III: Past Performance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1619R0003/listing.html)
 
Record
SN05143298-W 20181107/181105230605-9ae06f3363099f4169214e34cc68777e (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.