Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
SOLICITATION NOTICE

C -- Architect/Engineering Services for Healthcare and Support Space for the Navajo Indian Health Service Area Office, Window Rock, Arizona

Notice Date
3/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
 
ZIP Code
75202
 
Solicitation Number
161-02-0029
 
Response Due
3/26/2002
 
Archive Date
4/10/2002
 
Point of Contact
Barry Prince, Contracting Officer, Phone 214-767-6613, Fax 214-767-5194,
 
E-Mail Address
bprince@esd.ihs.dhhs.gov
 
Description
Architect/Engineering Services for Healthcare and Support Space for the Navajo Indian Health Service Area Office. The selected contractor will provide a non-exclusive contract for A/E services for the Navajo Indian Health Service Area Office, Window Rock, Arizona, and other areas as necessary. This procurement is announced under full & open competition for all interested parties. The estimated dollar range for each design project is $100,000 to $200,000. Contract type will be Indefinite Delivery/ Indefinity Quantity. Specific projects, as they occur, will be accomplished by negotiation and issuance of delivery orders. The proposed contract will be for an initial period of 365 days or $1 million, whichever occurs first, with four one-year options that may be exercised at the Government?s discretion. Multiple awards may be made. Overhead and discipline labor hourly rates for the option years will be negotiated up-front, prior to the contract award. The evaluation factors for selection, in descending order of priority, are: (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF PRINCIPALS, PROJECT MANAGERS, KEY STAFF AND CONSULTANTS: Professional qualifications of the principals, design staff and project managers; sufficient staff; length of time principals, firms, and primary consultants have been performing services similar to those required by this contract. Technical competence and skills: specific healthcare and support space experience, including but not limited to planning, conceptual design, knowledge and incorporation of all applicable codes, evaluation of alternatives; construction observation services; and CADD capabilities. NOTE: For evaluation purposes, experience performed by the proposing A/E firm will receive a greater weight value as opposed to experience of individuals while employed by other A/E firms; (2) COMPOSITION OF PRIMARY OFFICE STAFF: The A/E office shall have a minimum core staff of one registered architect (specializing in healthcare facilities), and immediate access to one registered civil/structural engineer, one registered mechanical engineer, and one registered electrical engineer. All architects and engineers shall be registered/licensed in one of the fifty states; (3) LOCATION OF A/E FIRM?S AND CONSULTANTS? OFFICES RELATIVE TO EACH OTHER AND THE NAVAJO AREA OFFICE: Relative travel time and communication ability between prime firm and consultants relative to each other and to the Navajo Area Office. Demonstrates ability and availability to communicate by Internet, e-mail, progress reports, and other project information, photos & public announcements, etc. It is preferred that the Primary A/E office be located within the Albuquerque, New Mexico, metroplex; (4) FIRM?S AND CONSULTANTS? PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR MAGNITUDE AND COMPLEXITY TO THIS REQUIREMENT: Presented proof of design abilities, accuracy, project management, federal contracting requirements, scheduling, budgeting compared to design estimates, estimates compared to final project costs, timeliness, and the demonstrated responsiveness to the needs and requirements and quality assurance of the customer; and (5) STAFFING FOR CURRENT AND PROJECTED WORKLOAD: Demonstrated ability to provide and devote a total team response to complete healthcare and support space projects on schedule during design, construction & post construction. Demonstrates ability and company procedures for quality assurance program on all design projects. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest; (2) TWO Standard Form 254's, A/E and Related Services Questionnaire for the Firm and All Consultants; and (3) Two Standard Form 255's, A/E and Related Services Questionnaire for Specific Projects to: Barry J. Prince, Contracting Officer, Indian Health Service, Division of Engineering Services - Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433, no later than 2:00 p.m., Tuesday, March 26, 2002. Facsimile copies will not be accepted.
 
Record
SN00035605-W 20020307/020305213115 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.