Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

C -- A/E Services for Billings, Bemidji, and Portland Areas (under $100K)

Notice Date
4/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Seattle Office of Engineering Services, 2201 6th Avenue Mail Stop RX-24, Rm 710, Seattle, WA, 98121
 
ZIP Code
98121
 
Solicitation Number
102-AE-04-0007
 
Response Due
5/31/2004
 
Point of Contact
Monica Weaver, Contracting Officer, Phone 206.615.2504, Fax 206.615.2466, - Casey Lafran, procurement technician, Phone 206-615-2462, Fax 206-615-2466,
 
E-Mail Address
Monica.Weaver@des.ihs.gov, clafran@des.ihs.gov
 
Description
The Division of Engineering Services–Seattle is seeking qualification statements from Architect and Engineering (A/E) firms to be included in the data file for requirements of the Billings, Bemidji, and Portland Areas of the Indian Health Service not to exceed the simplified acquisition threshold, $100,000. A/E Firms must be located within one of the states served by the three Area Offices: Washington, Oregon, Idaho, Montana, Wyoming, Minnesota, Wisconsin, and Michigan. All work shall be completed by or under the direction of a licensed professional engineer or registered architect. A/E firms interested in being considered for award of individual contracts for the services described below must submit two (2) copies of a completed SF 254, along with other relevant information in response to the evaluation criteria shown below, to the Division of Engineering Services, at the address shown above. An evaluation of firms will not be completed upon receipt of 254 submittals, except to ensure that the firm is located within the area of consideration and that the identified professionals are licensed or registered. All firms interested in being considered for award of contracts under the simplified acquisition threshold that meet the minimum qualification standards are encouraged to submit a response. At the time a requirement is identified, a set-aside decision will be made (buy-Indian, HUBZone, or unrestricted), based on the qualification statements in the data files. The services required at locations within the Area Office jurisdictions may include: engineering design support services for the design of maintenance and improvement projects for existing health care facilities, quarters and other related facilities; pre-design studies (e.g. energy audits/studies, code compliance, geo-technical investigation and reports, legal surveys, master plan studies and reports); civil/structural and architectural design for small buildings and health care facilities; mechanical design for HVAC and water and sewer interior piping for health care facilities; fire protection engineering services for health care facilities; and construction administration and inspection. Award of individual A/E service contracts shall be for specific projects based upon the review of the 254 forms on file with Engineering Services and evaluated for the selection criteria listed below by the designated Area Office evaluation chairperson or board and approved by the Contracting Officer. Individual contract amounts will be within the simplified acquisition threshold, and depending on the scope of work for each project. Contracts will be awarded to the most highly qualified firm. SELECTION CRITERIA: The award decision for each A/E contract will be based upon the following selection criteria, as they apply to the instant acquisition, listed below in descending order of importance. 1. Professional qualifications necessary for satisfactory performance of required services. 2. Specialized experience and technical competence in all applicable aspects of improvements and remodeling of hospitals, clinics, health stations, health centers, staff quarters, and other related facilities, including experience by all disciplines in design, construction methods, and system design for cold, rural, and remote locations. 3. Geographical proximity of design firm and consultant(s) principal office(s) to the project location. 4. Demonstrated expertise and experience in working as a team with listed sub consultants/subcontractors and ability to effectively manage multiple firm teams. 5. Capacity to respond and accomplish the work in the required time. 6. Demonstrated past performance in the last three (3) years on comparable projects with government agencies and private industry in terms of cost control, quality control, and compliance with performance schedules. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/102-AE-04-0007/listing.html)
 
Place of Performance
Address: Washington, Oregon, Idaho, Montana, Wyoming, Minnesota, Wisconsin, and Michigan
Zip Code: 98121
Country: USA
 
Record
SN01036970-F 20060429/060427223012 (fbodaily.com)
 
Source
FedBizOpps 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.