Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2023 SAM #7771
SPECIAL NOTICE

C -- C--Education Site Assessments SATOC

Notice Date
3/6/2023 7:25:43 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
CENTRAL OFFICE RESTON VA 20192 USA
 
ZIP Code
20192
 
Solicitation Number
140A1623R0009
 
Response Due
4/6/2023 12:00:00 PM
 
Point of Contact
Conway, Michael, Phone: 2103236878
 
E-Mail Address
michael.conway@bia.gov
(michael.conway@bia.gov)
 
Description
EDUCATION ARCHITECT-ENGINEERING (A-E) SITE ASSESSMENTS SINGLE AWARD TASK ORDER CONTRACT (SATOC) Synopsis/Solicitation: 140A1623R0009 1. Contract Information: Indian Affairs has a requirement to acquire Architect-Engineer (A-E) Site Assessments for execution of its education mission through the Bureau of Indian Education (BIE). The central goal is to provide a high-quality educational environment for Native American children from kindergarten through high school. Facilities that are not suitable for this effort are to be identified and remedial strategies are to be recommended. The goal of the Site Assessment � Capital Investment Program is to implement a comprehensive approach to assessing the conditions of BIE-funded schools, develop a holistic site-by-site solution to provide a safe, secure, healthy, operationally modern, and long-lasting campus to support the BIE mission to provide quality education opportunities for Native American students. This contract will require data collection, physical site assessments, observation summaries, site assessment reports, and recommendations for action. This A-E acquisition will be conducted in accordance with the Selection of Architects and Engineers statute (40 USC Chapter 11), and Federal Acquisition Regulation (FAR) Subpart 36.6. Under the Selection of Architects and Engineers statute, price competition is not allowed for A-E contracts. In support of this effort, the Government intends to award one SATOC to an Indian Small Business Economic Enterprise with $10 million in total contract capacity. This announcement is open to all Indian Small Business Economic Enterprises. The ordering period for the contract will be five (5) years from the time of award. It is anticipated that the contract will be awarded no earlier than May 2023. Task orders will be issued as the need arises during the contract ordering period. These task orders will be firm fixed-price type orders. There is no limit on the value of individual task orders (aside from the $10 million total capacity threshold). The Government generally anticipates awarding one or more task orders per year covering approximately five sites with a one-year period of performance from time of task order award. The attached Statement of Work (SOW) establishes the general work requirements. Each task order will include a more specific SOW. A Request for Price Proposal (RFPP) will be issued to the selected firm for each task order. The NAICS Code for this procurement is 541330 -- Engineering Services, with a small business size standard of $25.5M. Prospective contractors must be registered in the System for Award Management (SAM) database to be eligible for contract award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 2. Project Information: Firms must be capable of providing site assessment services, which includes but is not limited to, all services, materials, supplies, equipment, investigations, studies, and travel required for structural and critical building assessments, geotechnical assessments, energy efficient and sustainability assessments, site infrastructure assessments, identify environmental contaminants, and cost estimates at various BIE sites nationwide. The selected A/E firm will compile required information and deliver Assessment Documents for each location designated by subsequent task orders issued under the SATOC. The Assessment Documents shall provide the basis for evaluation of the facility and its capability to meet the service requirements according to the BIE. Project assignments will typically require performance on-site and in an office setting. 3. Selection Criteria: Selection of the firm will be based on the following criteria, listed in descending order of importance. Criteria A through E will be evaluated for all offerors. (A) Professional qualifications of a firm's staff and team consultants to be assigned to this contract. Relevant Facility Condition Assessment work by key personnel will be considered. Additional consideration will be given for experience and qualifications of key personnel of the Prime or Joint Venture (JV) firms and for experience on projects included in Section F. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. Responding firms should demonstrate the professional qualifications of their staff in these key disciplines, which are listed in descending order of importance. Responding firms shall submit resumes for each of the following key disciplines: (1) Project Management; (2) Architectural Assessment; (3) Electrical Engineering Assessment; (4) Mechanical Engineering Assessment; (5) Civil Engineering Assessment; (6) Environmental Assessment. A maximum of two (2) resumes for Project Manager, and a maximum of one (1) resumes for each of the other disciplines shall be submitted. The basis of the evaluation will be the information in Section E and Section F of the SF 330. (B) Specialized experience and technical competence of the firm shall be demonstrated for Site Assessment and Facility Condition Assessment services. Direct experience in these areas will be given more consideration than the management or oversight of other contractors (e.g. oversight of PRPs or subcontractors). Additional consideration will be given for experience and qualifications by the Prime or Joint Venture (JV) firms as the Prime/JV. The basis of the evaluation will be the information in Section F of the SF 330. (C) Past performance on Indian Affairs and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. The Contractor Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried by the Government for all firms submitting an SF 330. No submittals are required by the offerors for this criteria. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm if none is available from CPARS. When evaluating past performances, the board will determine the relevancy of performance evaluations, and will place greater consideration on recent and relevant performance evaluations. (D) Location in the general geographical area of the project and Knowledge of the Locality: The board will evaluate a Prime/JV firm's knowledge and experience with geological features and the state/ local regulatory agencies. Work under this contract may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout the Continental United States. Additional consideration will be given for knowledge and experience of the Prime or Joint Venture (JV) firms. The basis of the evaluation will be the information in Sections F and H of the SF 330. (E) Capacity to accomplish the work in the required time: The board will consider available capacity of the key disciplines listed in Criteria B from the Prime/JV firm and its team consultants when evaluating the capacity of a firm to perform the work. The basis of the evaluation will be the information in Section H and Part II of the SF 330. 4. Submittal Requirements: Interested firms having the capabilities to perform this work must submit one (1) electronic copy with searchable Adobe PDF files of an SF 330 (08/2016 edition) for the prime firm that includes all team consultants. Include the firm's UEI number in the SF 330, Part I, Sections B and C. A maximum of five (5) projects for the proposed team, including joint ventures and teaming partners, shall be shown in Section F. For the five (5) projects submitted in Section F of the SF 330, a ""project"" is defined as work performed at one site or at a single installation. An indefinite delivery- indefinite quantity (IDIQ) contract is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of a project at the same site or installation. Each project in Section F of the SF 330 shall include the contract number, task order number, cost of work performed by firm, and owner's contact information. Project descriptions shall clearly state extent of work performed by the team, percent of work completed, dates when work was performed, and date of contract completion. Project A/E work must be 100% complete for consideration. The SF 330 shall have a total page limitation of 40 printed pages with Section H limited to eight (8) pages, and Part II is excluded from the 40-page limit. For all SF 330 sections, use no smaller than 11 pt. font. Solicitation packages are not provided. This is not a request for proposal. No pricing information is to be included. Any pages that exceed the page limitations noted will not be evaluated, nor considered. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL NO SOLICITATION PACKAGE WILL BE ISSUED via SAM. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR Part 36.606. QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than March 31, 2023, 3:00 PM (ET). Primary POC email: michael.conway@bia.gov Alternate POC email: jessica.m.kidd@bia.gov The following documents are considered Attachments to this Synopsis/Solicitation: Attachment 1: SOW Attachment 2: SF-330
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d2760cd11d04a709b8b1ea59e704b5f/view)
 
Record
SN06609020-F 20230308/230306230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.