Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2005 FBO #1306
SOLICITATION NOTICE

C -- Value Engineering Studies,

Notice Date
6/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
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
HHSI161200500038C
 
Response Due
7/21/2005
 
Archive Date
8/5/2005
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, has an existing need to select a professional qualified Firm for Value Engineering Studies, Life Cycle Cost Analysis, and other associated professional type investigations or for design development drawings on construction contracts. The selected firm will provide those professional services at various locations through out the lower 48 states. The selected firm may also conduct feasibility studies, evaluate current systems, prepare recommendations on upgrading or replacement of systems and equipment, develop scopes of work and technical drawings as needed and oversee the installation of replacement or new mechanical/electrical/plumbing equipment and systems. The average estimated dollar range for projects and studies is between $10, 000 to $100,000 however higher or lower range projects are possible and there is no guarantee as to the exact dollar amount of the completed work. The minimum guarantee amount of work is $25,000.00. The maximum amount of work is $1 million per base year and option years. The proposed contract will be for an initial performance period of 365 days or $1 million, whichever occurs first. Four additional one-year option periods for 365 calendar days or $1 million each, whichever occurs first, is possible. Options may be exercised at the Government?s discretion and based on the contractor?s performance. Once the minimum guarantee is reached, additional work will be based upon the contractor?s performance record. Overhead and hourly rates for the base year and all option years will be negotiated prior to the contract award. A formal audit of the proposed contractor?s records will be conducted to establish a reasonable base rate and professional man hour rates. The North American Industry Classification System (NAICS) Code 541310 is applicable to this procurement. NOTICE OF SET-ASIDE:: This procurement has no restrictions and is full and open to all firms. Competitive formal Best Value Source Selection process in accordance with the Federal Acquisition Regulation (FAR) will be used to ensure selection of the source evidencing the best overall capability to perform the work in a manner most advantageous to the Government, as determined by evaluation of proposals in accordance with the established criteria. The qualifications submitted by each firm will be reviewed and evaluated to identify the most highly qualified firm. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation factors. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF FIRM/TEAM MEMBERS (INCLUDING ALL CONSULTANTS) - Professional Qualification of Project Manager, Certified Value Specialists, Firms AND Team Members involvement in the Value Engineering. Elaborate on projects that have been completed in the last 3 years. Provide reference that may be contacted. The Registered Architect for the project and all consultant firms must submit a SF-330 Architect-Engineer Qualifications with supplement forms as need to be considered. (These forms may be obtained at gsa.gov.) (2) SPECIALIZED EXPERIENCE FOR VE-STUDY: Specialized Technical skills and specific experience in Value Engineering of Hospitals, Health Care Facilities, Clinics, and Staff Quarters. (3) PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY: Past performance on contracts with Government entities including Native American organizations, tribal governments, federal agencies, i.e., Indian Health Service and Bureau of Indian Affairs and Private Industry. Present proof of Value Engineering abilities, Life Cycle Cost Analysis, VE study report on hospital design (including what stage of design) with recommendation and savings. Includes references and location for listed projects. In accordance with FAR 15.305(a)(2)(ii), the Offerors is required to identify past or current contracts (including Federal, State, and local government and private enterprise) for efforts similar to the current Government requirements in this solicitation. (SF-330 Architect-Engineer Qualifications with supplement forms providing detailed project information as need to be considered. ) (4) LOCATION OF MAIN OFFICE OF FIRM (S) AND CONSULTANTS: Relative travel time and communication ability between the prime firm and consultants relative to each other and the Indian Health Services Office located in Dallas, Texas. (5) ANALYSIS OF FIRM'S CURRENT AND PROJECTED WORKLOAD: Demonstrate ability to provide and devote a Total Team response to complete the projects on schedule The evaluation factors for selection, in descending order of priority, with items 1- and 3 being of equal point value, and items 4, and 5 being of equal point value, The Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. The Offerors is reminded that the Contracting Officer shall determine the relevance of similar past performance information. The Offerors shall limit this information to not more than 10 contracts but no less than 3 similar contracts, performed within the last 3 years. Failure of an Offeror to provide a minimum of 5 relevant references or the inability of the Government to reach at least 3 references, after making a reasonable effort to do so, may result in the Offeror not being rated on the past performance factor. An Offerors who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: Any and all firms or persons wishing to respond to this solicitation must be registered in the ?Central Contractor Registration (CCR) database? which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract. SPECIAL NOTES: Submittal requirements: One original with original signature and four copies ( 5 total) must be submitted. Submittal packages must be on 8 X 11 ? paper in neat orderly presentation folders with the name of the firm and project title on the cover page. Type size should be 12 Times New Roman for ease of reading. Unnecessary long proposal are discouraged and only per tent information is required. OFFERORS MUST FULLY RESPOND TO ALL THE REQUIRMENTS OF THIS SOLICITATION INCLUDING MANDATORY SUBMITTAL REQIRMENTS TO BE CONSIDERED. THERE ARE NO OTHER DOCUMENTS AVAILABE. Qualification packages are to be sent to: Mr. William E. Obershaw, Chief Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualification packages must be submitted not later than 2:00 p.m. (Dallas time), July 21, 2005. SOLICITATION NO: HHSI161200500038C Electronic transmission of proposal documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation shall be address in writing only and may be faxed to (214) 767-5194 or sent via email to Warren.Gill@IHS.gov Phone call inquiries cannot be accepted and will not be returned. YOU ARE CAUTIONED TO ADDRESS THE REQUIREMENTS OF THIS ANNOUNCEMENT AS THERE ARE NO OTHER DOCUMENTS FOR THIS PROCURMENT AT THIS TIME.
 
Place of Performance
Address: Various locations in U.S.
 
Record
SN00834379-W 20050624/050622211822 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.