Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
SOURCES SOUGHT

C -- C - REQUEST FOR SF330 A-E QUALIFICATIONS

Notice Date
2/8/2017
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
BIA SWRO 000071001 INDIAN SCHOOL RD NWContracting OfficeBIA BUILDING 1AlbuquerqueNM87104US
 
ZIP Code
00000
 
Solicitation Number
A17PSACQ02
 
Response Due
3/10/2017
 
Archive Date
4/9/2017
 
Point of Contact
SONIA NELSON
 
E-Mail Address
CONTRACTING OFFICER
(SONIA.NELSON@BIA.GOV)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
This announcement is a Request for Architect-Engineer (A-E) Qualifications for three (3) specific projects in accordance with the Brooks Act, Public Law 92-582, the Federal Acquisition Regulation (FAR) Subpart 36, and the Department of the Interior Acquisition Regulation (DIAR). This is not a Request for Proposal/Quote (solicitation); therefore, no award will be issued. The proposed A-E services will be obtained by a negotiated Firm-Fixed Price contract for each project after a shortlist of A-E firms is established. SET-ASIDE: This request for A-E firms is set aside for Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act, 25 U.S.C. 47. NAICS: 541310, Architectural Services, size standard is $7.5 million. LOCATION: The Southwestern Indian Polytechnic Institute (SIPI), 9169 Coors Blvd NW, Bernalillo County, Albuquerque, NM. SIPI is a national Native American community college and land grant institution built in 1970 and located on 165 acres. No historic structures. PROJECT 1: Roof Replacement - Building #109, 2,800 sf Kitchen Roof, $857,000 project target construction cost. (SIPI) building 109 requires A-E roof investigation reports and production of BIA approved drawings and specifications for a replacement/repair/installation of an existing Thermoplastic polyolefin (TPO) or equal roof system and all related accessories. A-E will produce approved drawings/details, cost estimate(s) and specifications for this project. Task 1 - Roof Investigation and Report of Findings a. A-E shall produce a roof investigation report and roof drawings/details and specifications for the SIPI Cafeteria building 109; determine the roofing system failure; and recommend the best value engineering roofing system for replacing the section damaged or replacing the entire roofing system. b. Notice to Proceed with Design. A Pre-Design meeting will be held at SIPI with key SIPI personnel and COR to review the Report of Findings and determine if the design solution will be a partial or total replacement. The CO will issue the Notice to Proceed for design when a determination is made. Task 2 - Design Criteria a. Program of Requirements: Design a full or partial replacement roofing system and all related accessories to meet a 20 year warranty requirement. b. Most current edition of NFPA 13, NFPA 24, NFPA 70, NFPA 72, NFPA 5000. c. Underwriters Laboratories Inc. d. 25 BIAM Supplement 18, Safety and Health Inspection. e. 25 BIAM Supplement 19, Structural Fire Protection. f. All other BIA adopted federal health and safety codes and standards. (Asbestos Abatement) g. BIA School Facilities Design Handbook, March 2007. Link: http://www.bia.gov/WhoWeAre/AS-IA/OFECR/index.htm The project costs estimate(s) shall consist of furnishing all plant, labor, material, services and equipment for the roof repair/installation construction. Provide three copies of each submittal: 1. Report of Findings 2. Drawings 3. Cost Estimate 4. Specifications 5. Provide a copy of the transmittal memo Performance Time: Report of Findings, 30 Calendar Days 99% Drawings & Specifications, 30 Calendar Days 99% Government Review, 7 Calendar Days 100% Drawings & Specifications, 7 Calendar Days PROJECT 2: Fire Protection - Campus-wide Life Safety Deficiency Corrections, 35 acres with buildings. The Bureau of Indian Education (BIE) is required to comply with Safety and Health standards for Water Systems for the SIPI Campus for Student Dorms, Academic and Non-Academic buildings. A. Description of the Work: The Contractor shall perform an overall assessment and design of the campus buildings water line replacements. Replacement of the domestic hot and cold water system within the buildings is the central focus of this project. However, some related plumbing fixtures and architectural systems are also part of this design. 1. Building 102, Academic Support Center 2. Building 103, General Education 3. Building 104, Library 4. Building 105, Business Education 5. Building 106, Occupational Technology 6. Building 107, Warehouse 7. Building 108, Gymnasium a. Remodel locker rooms for privacy b. Replace water fountains with filtered, standardized model 8. Building 109, Kitchen, replace water fountains with filtered, standardized model 9. Building 110, Plant 10. Building 113, Womens Housing, convert residential bathroom to meet ADA requirements. 11. Building 114, Mens Housing, replace water fountains with filtered, standardized model 12. Building 124, Maintenance Shop 13. Building 125, Lab 14. Greenhouse Complex All work products shall be in compliance with Bureau of Indian Affairs Office of Facilities Management and Construction School Facilities Design Handbook, dated March 30, 2007. This document is located at: http://www.bia.gov/cs/groups/xofecr/documents/text/idc015811.pdf B. Task 1 - Confirm existing as-built drawings. The most current drawings will be provided. C. Task 2 - Analysis 1. Confirm existing conditions satisfy current plumbing code and Americans with Disabilities Act (ADA). 2. Document all deficiencies, with pictures, indicating room number. 3. Confirm campus peak heating domestic hot water demand. D. Task 3 - Design All work products shall address all building systems (e.g. architectural, electrical) which must be modified to complement the intended outcome. E. Contractor must complete this scope of work within 150 calendar days of the Notice to Proceed. F. Deliverables to be Provided after NTP: 1. Provide a report of findings and recommendations. This shall include building layouts and code analysis. 2. Schematic Design (20%) 3. Design Development (40%) 4. Preliminary Construction Documents (70%) 5. 99% Construction Documents 6. 100% Construction Documents, stamped by licensed mechanical engineer. G. Option: Additional funds may become available for architectural and plumbing systems related to piping replacements (e.g. restroom remodels, fixture replacements). The government reserves the right to negotiate design fee for this additional work. H. ESTIMATED COMPLETION SCHEDULE (does not include review period) ITEM SCHEDULE 1. Finding and Recommendations 2 weeks after award 2. 20% Design Development 2 weeks after receipt of review comments 3. 40% Design Development 2 weeks after receipt of review comments 4. 70% Construction Documents 2 weeks after receipt of review comments 5. 99% Construction Documents 2 weeks after receipt of review comments 6. 100% Construction Documents 1 week after receipt of review comments PROJECT 3: Plumbing/Water - Campus-wide Waterline Replacement, 35 acres The Architect-Engineer (A-E) shall provide all necessary services to confirm and/or change building occupancy classification and identify all life safety deficiencies on the SIPI campus. A licensed Fire Protection Engineer is required to review and confirm the contractors results and reports. A. Description of the Work: The Contractor shall perform an overall life safety assessment of all campus buildings at the SIPI in accordance with the latest editions of the National Fire Protection Association. A licensed fire protection engineer shall supervise all aspects of this work, to ensure compliance with NFPA 101 and all standards referenced by NFPA 101, particularly NFPA 72 and Bureau of Indian Affairs 25 IAM Indian Affairs Manual Safety and Occupational Health Program. A major component of this work is intended to identify all fire alarm deficiencies in preparation for a fire alarm replacement project. B. Existing Conditions Confirm occupancy classification and develop life safety drawings of all buildings on campus, equal in effort and detail, to life safety drawings required for hospitals which undergo review by The Joint Commission. C. Report 1. Provide a Draft Report of findings and recommendations to the COR for review and comment by BIA. 2. Provide a Final Report to the COR i Incorporate the Owners comments ii. Include assessment analyses, occupancy data, and updated drawings in CAD and PDF formats. iii. The Final Report shall also identify deficiencies, provide recommendations to correct the deficiencies and estimate construction costs for the recommended solutions. iv. Minor improvements that should be made to meet Code. v. Practical and economical improvements which must be accomplished when the fire alarm systems are replaced. vi. Detailed cost estimate to replace all fire alarm systems. vii. Major renovation that would bring the facility up to modern standards. All major improvements (greater than $25 K) must have a detailed cost estimate performed. D. Additional funds may become available to review compliance with Americans with Disabilities Act (ADA). The government reserves the right to negotiate design fee for this additional work. E. COMPLETION SCHEDULE (ESTIMATED) ITEM SCHEDULE Draft Report 2 Months after contract Final Report 1 Month after draft comments are provided A-E SELECTION COMPLETED IN THREE STAGES All documentation will be in an 8 " x 11" format, double-sided, and no more than 30 pages, including additional pages or attachments. A total of five (5) copies should be submitted for each project to BIA SWR Branch of Acquisition, Attn: Sonia Nelson, CO, 1001 Indian School Road NW, Suite 347, Albuquerque, NM 87120-2303. (a) Stage I: A-E firms will submit a portfolio for each project. (1) Cover letter referencing the project, briefly describing the firm, its location(s), organizational makeup, if an IEE or not, and noteworthy accomplishments (2) GSA Standard Form (SF) 330 Architect Engineer Qualifications Part I, 5 pages. Form available on-line at: http://www.gsa.gov/portal/forms/download/116486 (3) Responses to the submission requirements of SF-330 and evaluation criteria listed below. (4) Part I, Section H should include a design quality management plan. (b) A-E firms are required to address all EVALUATION CRITERIA within the SF-330 package using additional pages as necessary. (1) Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A-E firms shall have licensed professional architects/engineers currently registered in the state of New Mexico or in a state of which NM has recognized the engineering license. The specific disciplines which will be evaluated are architectural, civil engineering, mechanical engineering, electrical engineering, structural engineering, cost estimating, CADD applications, project management, and fire protection engineering. (2) Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for educational facilities, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the design office which will be responsible for the majority of the design and demonstration of the ability to accomplish the work in the required time will be evaluated. (4) Quality Assurance/Quality Control: the coordination methods used during the performance of work. (5) Past Performance: the past performance of completed projects the firm has designed relevant in scope to the advertised project that were accomplished with the Bureau of Indian Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Past performances older than 3 years will receive a lesser score than those projects accomplished within the past 3 years. Past Performance Information Retrieval System (PPIRS) and/or Federal Awardee Performance and Integrity Information System (FAPIIS) will be reviewed. 2. Stage II Submittals will be evaluated and Development of a Short-list. A Board will evaluate submittals in accordance with the evaluation criteria and determine the three (3) highly qualified contractors to provide the type of A-E service required for each project. The Boards report is presented to the BIA designated selection authority to approve. This is considered to be the final selection of the competing firms and negotiations can begin. 3. Stage III - Shortlisted A-E firms Negotiations. The top-ranked firm is requested to submit a fee proposal listing direct and indirect costs as the basis for contract negotiations and present their approach. Contract negotiations are conducted following an evaluation of the fee proposal and an audit. If a fee or design approach is not agreed upon within a reasonable time, the contracting officer will conclude negotiations with the top-ranked firm and initiate negotiations with the second-ranked firm. If a satisfactory contract is not worked out with this firm, then this procedure will be continued until a mutually satisfactory contract is negotiated. The Government will not pay nor reimburse any costs associated with negotiations. Government is under no obligation to award a contract as a result of this announcement. CONTRACT AWARD: The three contracts are anticipated to be awarded in March/April 2017. SUBMISSION: Submittals shall be delivered (via commercial courier service, mail or hand carried) on or before March 10, 2017 by 5:00 PM MT to the following address: BIA SWRO Branch of Acquisition, Attn: Sonia Nelson, 1001 Indian School Road NW, Suite 347, Albuquerque, NM 87104. Telegraphic, email, and facsimile forms are prohibited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PSACQ02/listing.html)
 
Place of Performance
Address: Southwest Indian Polytechnic Inst9169 Coors Blvd NWAlbuquerqueNM87120USA
Zip Code: 87120
 
Record
SN04395163-W 20170210/170208234053-573887d7795f4166086377c937ea4c5d (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.