Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

C -- Nationwide Infrastructure Assessment and Engineering Services

Notice Date
6/21/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
BLM OC-NOC CONST A&E SEC(OC664)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L11PS00653
 
Response Due
7/27/2011
 
Archive Date
8/26/2011
 
Point of Contact
sonja C. Tweten-Grout
 
E-Mail Address
sonja_Tweten-Grout@blm.gov
(sonja_Tweten-Grout@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a Total Small Business set-aside for A/E Services. This is Request for Qualifications for Small Business Concerns. In accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. Firms are required to clearly indicate those tasks to performed in house and those to be subcontracted. The Bureau of Land Management (BLM), National Operations Center (NOC) is seeking a firm to provide engineering services for a broad range of dam, bridge, road, administrative facilities, and infrastructures located bureau-wide within the United States. These services shall be provided by or under the direct supervision of licensed professional engineers, surveyors, and architects. Professional registration in the following states where work will be preformed may be required to accomplish portions of this work AZ, AK, CA, CO, ID, MT, NM, NV,OR, UT, WY and Washington DC area. The following internet links have a summary listing of BLM facilities and asset management programs. http://www.blm.gov/wo/st/en/prog/more/asset_management.htmlhttp://www.blm.gov/style/medialib/blm/wo/Information_Resources_Management/policy/blm_manual.Par.80761.File.dat/9100.pdf Primary Engineering services shall focus on civil and structural investigations, analysis of dams, bridges, roads, transportation systems, infrastructure, and facility operations with emphases on developing utilizing and updating condition assessment protocols. Project/Tasks may include, but are not limited to, the following: 1.Condition surveys and assessment, development and implementation of the BLMs dam, bridge, transportation, and facility condition assessment program.2.Business process development, implementation, and support of operations for, annual maintenance, deferred maintenance, capital improvement, compliance and risk management of Bureau owned constructed assets. These assets include: dams, bridges, roads, administration facilities, (offices, operation centers, warehouses, and vehicle storage garages), public facilities (visitor/interpretation centers, comfort stations, and recreation sites), utilities (electrical systems, water and sewage systems, communications and security systems, radio transmission towers, and HVAC systems), housing (single family and dormitories), and water control structures. The Contractor shall have detailed knowledge of business planning and facility maintenance consultation including value engineering-analysis, life-cycle costing, compliance and risk management, strategic planning, condition assessments, most efficient organization (MEO) determination, environmental assessments, and compliance audits.3.Compliance audits may include environmental, occupational safety and health, seismic, accessibility, energy conservation, LEEDS, and sustainability.4.Program development and Information Technology (IT) implementation support in the area of converting business practices requirements between BLM and other Federal agencies.5.Developing Dam Safety projects meeting requirements of FEMA 64, 94, and 333. Developing Bridge Safety projects meeting the requirements of AASHTO Manual for Condition Evaluation of Bridges, FHWA Bridge Inspector's Training Manual and AASHTO Bridge Design Specifications, Load Resistance Factor Design (LRFD). Developing Federal Lands Highway Projects meeting the requirements of the Federal Highway Administration.6.The development of computerized maintenance management systems program (including program development and Information Technology implementation support in converting business rules, requirements and information from existing Bureau systems in the DOI Facilities Asset Management System [FAMS] and Facilities Business Management System [FBMS]). Secondary Engineering services shall consist of site investigations, mapping, project planning, design, construction management, and administrative services of new and existing BLM dams, bridges, roads, administration facilities (offices, operation centers, warehouses, and vehicle storage garages), public facilities (visitor/interpretation centers, comfort stations, and recreation sites), utilities (electrical systems, water and sewage systems, communications and security systems, radio transmission towers, and HVAC systems), housing (single family and dormitories), dams, dikes, canals, boat ramps, pump stations, water control structures, fences and gates. A/E services in the area of Value Engineering/Analysis (including life-cycle costing, energy conservation, LEEDS, and sustainability) may also be required. Project/Tasks may include, but are not limited to: 1.Geotechnical investigations for roads, bridges, dams, and facilities.2.Topographic survey and mapping for roads, bridges, dams, facilities, and infrastructure projects.3.Engineering studies and designs for maintenance and construction projects focused on roads, bridges, dams, facilities, and infrastructure.4.Evaluation of mechanical and electrical systems supporting roads, bridges, dams, facilities, and buildings.5.In addition, tasks may include projects that support the mission of the Office of Fire and Aviation, including planning, design, and construction administrative services of fire dispatch centers, operations buildings, engine garages, dormitories/housing, air tanker facilities, air strips, and other related facilities. Classification of Services included under this contract is listed as follows: 1.Title I Pre-Design Services Statement or scope of work preparation; evaluating and assessing existing conditions, data gathering, conducting field investigations preparation of feasibility studies; determination of codes and permitting requirements; and participation in Value engineering/Value Analysis (VE/VA) studies on those projects with a construction value of over $500,000.00 (providing briefings, review materials, attending de-briefings) as well as traditional pre-design services such as: advance project planning, feasibility studies, programming, development of preliminary project budget estimates, development of schematic and conceptual designs, preliminary design analysis, preliminary cost estimates, energy/ conservation and life cycle costing, and outline specifications. 2.Title II Design Includes preparation or review of Design Development and Construction Documents (Drawing, specifications, and final engineering analyses associated with the construction and/or rehabilitation of new/existing structures and infrastructure, and a detailed Class A Cost Estimate) as well as analyzing Construction Contractor proposals and providing advice and interpretation of plans and specifications during the contract bidding and construction period. Construction drawings shall be developed from approved preliminary drawings and shall embody adequate civil, geotechnical, landscape architectural, environmental, architectural, mechanical, and electrical drawings, showing details, dimensions, notational information, and other data to ensure that the Construction Contractor has a complete understanding of all elements of work. All designs shall comply with: a)AASHTO Road and Bridge Requirementsb)FHWA Road and Bridge Requirements c)National Dam Safety Programd)National Dam Inspection Acte)Applicable National and Local Building Codesf)OSHA Requirementsg)National Electric Codeh)National Electric Safety Codei)Uniform Mechanical Codej)National Fire Protection Association Standardsk)International Building Codel)All Other Applicable Codes and Standards In general, Title I and II design services include the design and documentation for the construction/rehabilitation of BLMs dams, bridges, roads, facilities, and infrastructure, including the preparation of specifications, drawings, renderings, cost estimates, bid schedules, and project schedules. Technical responsibilities may include, but are not limited to: a)Geotechnical Services shall include field sampling, testing, and recommendations for construction.b)Surveying Services shall include field surveying, aerial surveying, mapping and development of site survey control for design and construction management.c)Civil design/documentation services including site analysis, roads, bridges, dams, trails, walkways, earthwork, site grading, drainage systems, geotechnical, hydraulic, flood plain, on-site utility systems, water systems, fire protection systems, and site details.d)Landscape architectural design/documentation services including native landscaping, irrigation, landscape, and details.e)Structural design/documentation services including design assumptions, geotechnical considerations, foundation details, and framing.f)Interpretive design/documentation services including coordination of interpretive materials and displays with other entities.g)Architectural design/documentation services including building elevations and sections, building systems, general space requirements and materials and dimensions, areas and volumes.h)Mechanical design/documentation services including energy source, energy use calculations, energy conservation, heating and ventilation, air conditioning, plumbing, fire protection, special mechanical and process systems.i)Electrical design/documentation services including power service and distribution, fire detection and alarms, security systems, electronic communications, special electrical systems, energy conservation and general space requirements.j)The Contractor shall incorporate energy efficiency, sustainable materials and building methods; low maintenance; low water use; and native landscaping into all designs. k)The Contractor shall be familiar with new energy technologies, alternative construction products and techniques, day-lighting and passive solar heating and cooling depending on climate, and computer-based energy analysis techniques. 3.Title III Construction Administration/Management Services Include management of activities required to complete the proposed facility construction (advertisement and bidding process, contract award, construction surveillance, facility commissioning, warranty inspections, post occupancy evaluation/s), and the ability to provide a full time on-site Project Inspector for the duration of any construction project. Interested firms must possess and/or assemble a team of qualified firms/individuals to demonstrate their in-house and/or consultants capabilities in addressing the above referenced engineering services. In addition, the prime firm must provide a business plan that delineates how they will accomplish specialized localized services such as geotechnical services, surveying, aerial photography/surveying, hydraulic and flood plain analysis, etc. This plan will become the methodology of how a firm intends to accomplish unique work requests that may arise after the award of a contract, thus allowing the BLM to contract with the prime firm for any of the services identified in the business plan that it deems necessary to accomplish a specific task order. This will then allow the prime firm to contract for the agreed upon services without any special approval and/or modification to the primes contract. Evaluation criteria in order of importance are: Specialized Expertise: Demonstrated successful experience and technical competence of the proposed team in performing A-E services similar to those listed above, including integrated design approaches leading to facilities/projects that are efficient, cost-effective, energy efficient, and sustainable.Location: Demonstrated ability to respond quickly, efficiently, and cost effectively to project needs in various geographic areas within the United States, for small projects, as well as large-scale projects.Past Performance: Demonstrated successful history of producing quality work in a timely manner, with effective and appropriate cost controls, on similar Government services contracts.Professional Qualifications: Total number and years of experience of registered architects, engineers, and land surveyors of the A-E firm and identified team members that will perform the services as described above, and demonstrated effective utilization of non-registered and/or A-Es in training.Capacity:Demonstrated successful history and ability to take and complete a multitude of simultaneous projects and/or task orders in a timely manner.Business Plan: Ability and effectiveness of contracting for localized engineering and engineering related services/expertise, and demonstrated past history and performance thereof. Firms shall limit their responses to the above Evaluation Criteria to a 10 page total maximum. This does not include the SF-330 Parts I and II. All pages shall be printed only on one side. The term of this IDIQ contract shall be one year with four one-year renewal options for a potential five-year contract. The minimum guaranteed amount is $50,000 and the maximum amount is $10,000,000. The minimum order amount is $3,000 and the maximum order amount is $4,000,000. All interested, qualified firms are invited to submit an original and one copy of a letter of interest, and four completed Standard Form 330s. Submit all documents to: Bureau of Land Management, Bldg. 50 - Denver Federal Center, Denver, Colorado 80225, Attn: Sonja Tweten-Grout, Contracting Officer. Responses must be received not later than 2:00 P.M. Mountain Daylight Time, July 27, 2011 in order to be considered for selection. Contractors must be registered or update their registration at the Central Contractor Registration website at http://www.ccr.gov in order to facilitate award of a contract. Contractors should also register or update their registration at the Online Representations and Certification Application website at http://orca.bpn.gov/. Note 24: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act (www.acec.org/advocacy/committees/brooks.cfm) as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data 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 II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject 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 or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L11PS00653/listing.html)
 
Record
SN02477894-W 20110623/110621234428-ae8ac2aa7bac904800e3fd0b0614715a (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.