The RFP Database
New business relationships start here

DESIGN RESTROOM BLDG 2 POCAHONTAS HALL HASKELL UNI


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ARCHITECT-ENGINEERING (A-E) SERVICES FOR HASKELL RESTROOMS

Synopsis/Solicitation: 140A1619R0092

The Bureau of Indian Education (BIE) is seeking qualification packages and past performance information from vendors interested in providing professional architect and engineering services for (2) two disabled restrooms at Bldg 2 (Pocahontas Hall) Haskell Indian University, Lawrence Kansas.

The Division of Facilities Management and Construction requires the services of an A-E firm to provide planning services described herein. Services are required to assemble Planning Document(s) for the location in preparation for follow on design-build construction. The Contractor shall provide administrative, management and contractual services for A-E planning and 20% schematic design-build proposals development services for the Indian Affairs location as described below.

The Statement of Work (SOW) establishes the work requirements, applicable standards, performance requirements, schedule and services to be provided for the Indian Affairs location at Lawrence Kansas. The SOW is for the A-E planning, Program of Requirements (POR) creation, and 20% design schematic design development for the Indian Affairs location.

This is a competitive selection process in which competing offerors' qualifications will be evaluated in accordance with (IAW) FAR Part 36.6 to determine the most highly qualified firms. The Government intends to award one Firm Fixed-Price contract.

IAW FAR 36.603(b): To be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330, "Architect-Engineer Qualifications," Part II and when applicable, SF 330, Part I. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this posting; all costs associated with responding will be solely at the interested parties' expense. Failure to respond to this post does not preclude participation in the subsequent technical evaluation so long as a firm's SF 330 is currently on file. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

This acquisition will be 100% set-aside for Women Owned Small Business firms. The NAICS Code 541330 (Engineering Services) applies to this acquisition, with a small business size standard of $15M.

A-E EXPERIENCE REQUIREMENTS: The A-E firmsB? experience shall include that which is commensurate with the requirements specific to the attached Statement of Work.

The work may include:

(1) Professional services of an A-E nature, as defined by State law, if applicable, that are required to be performed or approved by a person licensed, registered, or certified to provide those services.

(2) Professional services of an A-E nature that are associated with research, planning, development, design, construction, alteration, or repair of real property.

(3) Other professional services of an A-E nature including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services.

The Bureau of Indian Affairs requires complete and functional designs that meet all applicable federal, state, local, and industry requirements.

The A-E firm shall be responsible for all travel and lodging arrangements and expenses involved in the performance of work under this contract. The A-E firm shall furnish BIA with complete and usable products to include: planning documents, investigative reports, study reports, design analyses, project drawings, technical provisions (specifications), equipment layouts, cost estimates, submittal registers, quality assurance plans, constructability review reports, construction solicitation amendments, construction contract modifications, and other documents.

QUESTIONS: All questions regarding this synopsis must be submitted in writing no later than July 17, 2019.

Primary POC email: john.fife@bia.gov

Alternate POC email: maryjanejohnson@bia.gov

The following documents are considered Attachments to this Synopsis/Solicitation:

Attachment 1 - Instructions to Offerors
Attachment 2 - Evaluation Factors
Attachment 3 - Statement of Work
Attachment 4 B? SF-330
Attachment 5 B? Past/Present Performance Questionnaire

Fife, John

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP