Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity A/E Contract for healthcare, support space, healthcare campus infrastructure, and quarters for the Tucson Indian Health Service Area Office, Tucson, Arizona

Notice Date
8/28/2002
 
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
161-03-0001
 
Response Due
10/1/2002
 
Point of Contact
Barry Prince, Contracting Officer, Phone 214-767-6613, Fax 214-767-5194,
 
E-Mail Address
bprince@esd.ihs.dhhs.gov
 
Description
The Indian Health Service (IHS), Division of Engineering Services - Dallas (DES-D) is seeking qualified Architect/Engineering (A/E) firms to submit proposals for A/E Services for healthcare, support space, healthcare campus infrastructure, and quarters for the Tucson Indian Health Service (IHS) Area Office. The selected contractor will provide a non-exclusive contract for A/E services for the Tucson IHS Area Office or other areas as necessary. This procurement is Set-Aside under the Buy Indian Act, for firms that are at a minimum 51 percent Indian owned, controlled, and operated. In accordance with the Public Health Service Acquisition Regulation (PHSAR) Paragraph 380.503(E), under a 51 percent Buy Indian Set-Aside, not more than 50 percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, the work to be performed does not include the provision of materials, supplies, or equipment. In order for an Indian firm to prove they meet the qualifications requirement of the Buy Indian Set-Aside restriction, i.e., offerors who are currently certified by the Indian Health Service (IHS) or the Bureau of Indian Affairs (BIA) as an "Indian Firm," they need to submit their certification (Tribal Affiliation and Degree of Indian Blood) with their SF 254/255. Offerors who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the "Buy Indian Act." Joint ventures will be considered as long as the Indian owned firm is the managing entity (this must be stated in the letter of interest). A copy of the Joint Venture Agreement shall be submitted with the SF 254/255 submittals. The estimated dollar range for each design project is $20,000 to $100,000. The contract type will be Indefinite Delivery/Indefinite 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. Overhead and direct labor hourly rates for the option years will be negotiated up-front, prior to contract award. The evaluation factors for selection, in descending order of priority, are: (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF: Professional qualifications and licenses of principal, project managers, engineers, staff, and construction inspectors. Technical competence and skills as they relate to CAD capabilities, building and system commissioning, and specific healthcare, support space, infrastructure, and quarters experience; (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE FIRM: Firm's past experience with IHS and other government agencies, healthcare, healthcare campus infrastructure, support space, and quarters. Firm's demonstrated familiarity with Southwest Indian culture. Identification of key members and length of time working together; (3) FIRM'S AND CONSULTANT'S PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR MAGNITUDE AND COMPLEXITY: 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 of the customer; (4) LOCATION OF A/E'S FIRM AND CONSULTANT'S OFFICES RELATIVE TO EACH OTHER AND THE TUCSON IHS AREA OFFICE - Relative travel time and communication ability between prime firm and consultants relative to each other and to the Tucson Area Office; (5) FIRMS ABILITY TO PROVIDE PROJECTS IN A TIMELY MANNER: Demonstrated ability to provide and devote a total team response to complete projects on schedule. In addition, provide a list of current and projected workload with budget estimates for the next two years. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest and the certification described above; (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, October 1, 2002. Facsimile copies will not be accepted.
 
Place of Performance
Address: Tucson, Arizona
 
Record
SN00152225-W 20020830/020828213808 (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.