Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2006 FBO #1685
SOLICITATION NOTICE

C -- Architect/Engineering Services for Healthcare Facilities, Sanitation Facilities, Environmental Assessments, and Support Services for the Albuquerque Indian Health Service (IHS) Area Office

Notice Date
7/6/2006
 
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
HHSI161200600061C
 
Response Due
8/7/2006
 
Archive Date
8/22/2006
 
Description
Architect/Engineering Services for Healthcare Facilities, Sanitation Facilities, Environmental Assessments, and Support Services for the Albuquerque IHS Area Office The Indian Health Service (IHS), Division of Engineering Services ? Dallas (DES), is seeking qualified Architect/Engineering (A/E) firms to submit proposals for A/E Services for Healthcare Facilities, Sanitation Facilities, Environmental Assessments, and Support Services for the Albuquerque IHS Area Office. The selected firm will provide a nonexclusive contract for healthcare facilities, sanitation facilities, environmental assessments, and other support design services for the Albuquerque IHS Area Office. The estimated dollar range for each design project is $10,000 to $200,000. The contract type will be an Indefinite Delivery/Indefinite Quantity (ID/IQ). 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 calendar days or $1.0 million, which ever occurs first, with four one-year option periods that may be exercised at the Government?s discretion based on the Contractor?s performance. Multiple awards may be made. Overhead and hourly rates for the base year and all option years will be negotiated up-front, prior to the contract award. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation criteria factors. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. NOTICE OF SET-ASIDE: This procurement is a set-aside under the Small Business Competitiveness Demonstration Program. North American Industry Classification System (NAICS) Code 54310 is applicable to this procurement. Firms interested in submitting their qualifications for this procurement must submit a SF 330, Architect-Engineer Qualifications Form with supplement forms as necessary. (These forms may be obtained at www.gsa.gov). Qualifications submitted on a SF 330 will be reviewed and evaluated to identify the most highly qualified firms. Firms must fully address their capability and qualifications and fully address each of the evaluation factors to be considered by the source selection board. Oral interviews may be held at the discretion of the Government. 1. Professional qualifications and experience of Principals, Project Manager, Key Staff and Consultants. Professional qualifications of the principals, design staff, and project management capabilities relative to project manager coordination of all architectural and engineering disciplines related to design analysis, plans, and specifications with all design team members inclusive of consultants; 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, administrative, and other healthcare support space experience, including but not limited to planning, conceptual design, knowledge and incorporation of all applicable codes, evaluation of alternatives; construction inspection skills; specialized technical skills and experience in surveying, topographic (including aerial) mapping, small community sanitation facility design, sanitation facilities studies, infiltration and inflow studies, hydraulic analysis of water distribution and sewage collection systems, hydrogeologic investigations, and electronic control system integration; CADD capabilities; specialized technical skills and experience in environmental assessments and reviews for compliance with the Endangered Species Act, National Historic Preservation Act, etc. ( Weight Factor: 10 points) 2. Composition of primary office staff. Primary A/E office shall have a senior principal to be a registered architect with experience in healthcare facilities, administration facilities, other healthcare support facilities, and sanitation facilities (10 points) 3. Location of the A/E Firm?s and Consultants? offices relative to each other and the Albuquerque IHS Area Office. Primary A/E and Consultant?s office?s proximity to the Albuquerque, NM metroplex. Relative travel time and communication ability between prime firm and consultants relative to each other and to the Albuquerque IHS Area Office ( 8 points) 4. Participation, involvement, and assistance with Indian professionals and community. Extent of active Indian professional and paraprofessional participation, involvement, and assistance, and community participation involvement, and assistance (5 points) 5. Firm?s and Consultants? past performance with Government and private industry contracts of similar magnitude and complexity to this requirement. Presented proof of design 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 ( 5 points) 6. Analysis of Current and projected workload. Demonstrated ability to provide and devote a total team response to complete healthcare, administrative, sanitation facilities, environmental assessments, and support space projects on schedule (2 points) The selected firm will be subject to an audit by Defense Contract Audit Agency to verify their overhead/discipline hourly rates. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7, Central Contractor Registration: Any and all firms or persons wishing to respond to this announcement 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 the performance, and through final payment of any contract. Submittal Requirements: One original with original signature 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 and font should be 12 Times New Roman for ease of reading. OFFERORS MUST FULLY RESPOND TO REQUIREMENTS AND FULLY ADDRESS THE EVALUATION FACTORS TO BE CONSIDERED. THERE ARE NO OTHER DOCUMENTS AVAILABLE. Qualification packages are to be sent to Bonnie L. Hicks, Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualifications packages must be received by the Contracting Officer by no later than 2:00 p.m. (Dallas time), Monday, August 7, 2006. Electronic transmission of proposal documents (i.e., e-mail, facsimile, etc.) will NOT be accepted. Questions concerning this procurement shall be submitted via E-MAIL only and addressed to Bonnie.Hicks@ihs.gov with a cc copy to Barry.Prince@ihs.gov. Telephone inquiries cannot be accepted and will NOT be returned.
 
Place of Performance
Address: Albuquerque Indian Health Service Area Office, Albuquerque, New Mexico
 
Record
SN01083410-W 20060708/060706220324 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.