Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

R -- Professional General Consulting Services for the Bureau ofIndian Affairs, Office of Facilities Management and Construction

Notice Date
5/21/2009
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Indian Affairs (BIA), SWRO, Albuquerque AcquisitionsOffice, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ6090002
 
Response Due
5/28/2009
 
Archive Date
5/29/2009
 
Point of Contact
Curtis Wilson (505) 563-3129
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, RABQ6090002, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-32. The North American Industry classification (NAICS) code is 541330 and the business size maximum is $4.5 Million. The proposed contract is a Buy Indian Set-Aside issued under the authority of the Buy Indian Act, 25 U.S.C. 47.. This office is requesting quotes on the following items: 0001 General Consulting Services The Quantity is 1 and the Unit is Hour. Price$________ 0002 General Consulting Services The Quantity is 1 and the Unit is Hour. Price$________ 0003 General Consulting Services The Quantity is 1 and the Unit is Hour. Price$________ A firm fixed price type contract shall be awarded for the services to be provided in accordance with the specifications and dimensions as stated in the Statement of Work (SOW). The period of performance (POP) for is from June 1, 2009 through May 30, 2010, with two one year option periods. The SOW is as follows: STATEMENT OF WORK FOR GENERAL CONSULTING SERVICES I. General A. The Office of Facilities Management and Construction, Indian Affairs, has identified a requirement to purchase general consulting services. Indian Affairs has identified maintenance backlog items, facility improvement and repair projects, replacement school projects, and detention facilities projects that will need to be obligated within an abbreviated time frame after receipt of funds associated with the American Recovery and Reinvestment Act of 2009 (ARRA). In addition, under its ongoing Replacement School and Facilities Improvement and Repair (FI&R) Program, Indian Affairs (IA) has also identified projects requiring actions necessary to proceed forward with planning, design, and construction which will require coordination among the BIA, Tribes, and Contractors. No inherent governmental function is delegated, or to be construed as being assigned, through these services. B. Definitions 1. IA means Indian Affairs, which includes the Bureau of Indian Affairs, Office of Facilities Management and Construction, the Bureau of Indian Education (BIE), and the Office of Justice Services (OJS). 2. CO means Indian Affairs Contracting Officer. 3. COTR means Contracting Officers Representative. II. Scope of Work for Consulting Services A. Task No. 1 American Recovery and Reinvestment Act (ARRA) Technical Assistance 1. The Contractor shall provide Consulting Services to the Office of Facilities Management and Construction, Indian Affairs, to include technical assistance in the implementation of the ARRA package to include commercial, 638 and 297 grant projects. Technical assistance in the planning, design, and construction phases of these proposed projects includes technical assistance and quality assurance review in the development of the following but not limited to: a. preliminary budget estimates b. Programs of Requirements c. Statements of Work d. construction cost estimates e. A-E services estimates 2. Project documents such as the Program of Requirements, Statements of Work, and cost estimates shall be in accordance with the Sum of Least Squares method for enrollment projections, the November 2005 Space Guidelines and the BIA School Facilities Design Handbook, March 2007. B. Task No. 2 Technical Assistance during Planning, Design and Construction Phases 1. Prepare recommended Statements of Work for planning, design or construction phases of projects. 2. Perform reviews and provide recommendations of design submittals, environmental studies and reports, cost estimates for construction and environmental remediation projects. 3. Perform reviews of life cycle cost analyses for proposed projects, value engineering studies, LEED submittals and other architectural, engineering and environmental work as may arise. 4. Assist in the evaluation of contracts for fair and reasonable costs and the re-scoping of projects for budget constraints. 5. Review grantee or A-E proposals and make recommendations. 6. Assist in the evaluation of construction bidders and proposals. C. Task No. 3 - Technical Assistance in Policy and Procedure Development 1. Provide technical assistance in the development of policy and procedures for project management on commercial, P.L. 100-297 Grant, P.L. 93-638 contract projects, and Interagency Agreement projects. 2. Provide technical assistance in the development and updating of standard design guidelines such as the March 2007 School Facilities Design Handbook. 3. Provide technical assistance in the development of enhancements to the FMIS Budget, Capital Budget and Backlog Modules to improve data tracking and reporting. D. Task No. 4 - Other Services 1. Attend in-briefing meetings with Awarding Officials, Grant Officers, Contracting Officers, contractors, Grantees, and other parties as deemed necessary to effectively determine steps necessary to move projects forward. 2. Coordinate and participate in on-site assessments to determine status of projects and actions necessary to develop project action plans. 3. Evaluate contractor corrective action plans for accuracy of cost and time frames. 4. Evaluate terminated design and construction contracts for fair and reasonable settlements. III. Deliverables/Submittals Provide reports and supporting information and data to the COTR. Reports to include but not limited to: A. Technical Reports of Findings B. Corrective Action Plans C. Evaluation Reports D. Briefing Reports IV. Special Contract Requirements A. The Contractor should have experience working with Indian Affairs Senior Management, tribal governments, tribal school boards, Regional Facility Managers, and OFMC project managers. B. The Contractor must be located within commuting distance of the Albuquerque, NM area to facilitate response times designated in the contract. C. The Contractor is subject to the provisions of the Privacy Act of 1974 as well as all applicable Department of Interior laws and regulations. The Contractor shall not disclose to any unauthorized person, firm, or corporation, knowledge entrusted during the performance of the contract. D. The Contractor will be using Government information systems and agrees to abide by all security requirements in the IT policies and procedures, which will be signed upon receiving an access code. The Contractor will be expected to receive annual training on IT security requirements. E. The Contractor will have access to the OFMC facility and will be expected to abide by all safety and security rules. A briefing will be provided by the COTR. V. Performance Time A. The Contractor must be able to perform duties during a 40 hour work week for the first six months of this contract. After six months, the schedule will convert to a three (3) day work week (24 hours) established by Indian Affairs on an as required basis. B. Contract performance time is for twelve (12) months with (3) one year option periods to include a negotiated hourly rate. Reimbursement for travel and per diem for off-site meetings will be in accordance with applicable government rates. C. The Contractor will be expected to respond to requests within 48 hours. This deadline is necessary due to the potential for data call responses and American Recovery and Reinvestment Act requirements for reporting and accountability. VI. Coordination Contact Ms. Barbara Borgeson, Acting Chief, Division of Design and Construction, Office of Facilities Management and Construction or Ms. Margie Morin, Chief, Division of Program Planning on technical aspects of the work and Mr. Curtis Wilson, Contracting Officer, on administrative matters. VII. Type of Contract The resulting contract will be a firm fixed price type contract, with travel and per diem on a cost reimbursable basis in accordance with the Federal Travel Regulations. VIII. Qualifications of the Expert Provider 1. Demonstrated experience in working with Indian Affairs Senior Management, tribal school boards, BIA Regional Facility Managers and OFMC project managers. 2. Degree in architecture or engineering with demonstrated experience in the planning, design and construction of K-12 Schools. 3. Proximity to OFMC, Albuquerque, NM 4. Knowledge of BIA Educational Space Criteria, dated November 2005 and the BIA School Facilities Design Handbook, dated March 2007. END OF STATEMENT OF WORK Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide an hourly rate for the base and two one year option periods to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference.. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Excellence: Describe ability to meet REQUIRED QUALIFICATIONS OF EXPERT PROVIDER section of SOW 1b: Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1c. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for this service. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is Thursday, May 28, 2009; 10:00am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ6090002/listing.html)
 
Record
SN01824279-W 20090523/090521234726-71080a3bea4493d8ad1fe72b9846daf5 (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.