Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

C -- A&E DESIGN SERVICES

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Texas, 75202
 
ZIP Code
75202
 
Solicitation Number
HHSI161200800056C
 
Point of Contact
William Obershaw,, Phone: 214-767-3934, John Peacock,, Phone: 214-767-6613
 
E-Mail Address
william.obershaw@ihs.gov, john.peacock@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, in support of the Phoenix Area Indian Health Service Office intends to acquire Architectural/Engineering services for the design of a new 7,062 sq m (76,015 sq ft) Healthcare Facility on a 5 ha (13 acre) parcel located west of Yuma, Arizona just north of Interstate 8 and adjacent to State Road 24 on the Ft. Yuma Indian Reservation. The actual construction site itself is located just across the California state line in Imperial County, CA. The estimated total cost of the project is approximately $30 million, with the estimated cost of the construction being approximately $22.5 million. The facility shall be designed to be LEED certifiable, and the A/E staff shall be LEED/sustainable trained and certified. Selection of a design firm will be based on evaluation of technical qualifications and will be subject to price negotiations. The selected firm will be awarded a fixed price contract with an option for construction contract administration services. The design phase services are expected to proceed immediately after contract award. Architectural/Engineering services shall include site verification of existing conditions, conceptual design, schematic design, design development, construction documents, development of CAD record drawings, with optional construction administration. The prime contractor must be a professional architectural/engineering firm experienced in the design of architectural, civil, structural, mechanical, electrical, plumbing, and fire protection systems. The selected firm shall provide the services be accomplished, and such services shall be performed by and reviewed and approved by architects and engineers registered to practice in the particular professional field in a state or possession of the United States, Puerto Rico, or in the District of Columbia. In accordance with FAR 15.305(a)(2)(iii) the offerors are required to identify past or current contracts, including Federal, State and local Government and private enterprise of efforts similar to the current Government requirements in this solicitation. The Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. 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 Offeror, who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. The Offerors are reminded that the Contracting Officer shall determine the relevance of similar past performance information. 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. The Government may or may not hold formal interview. Evaluation factors for this selection are listed below in descending order of priority (1)PROFESSIONAL QUALIFICATIONS OF FIRM AND ALL CONSULTANTS: Professional qualifications and experience of firm for the design of new ambulatory health care facilities. Length of time that the firm has been established and qualifications as a prime A/E contractor. Length of time firm has had established relationships with proposed consultants. Firm’s Quality Assurance/Quality Control procedures in place to ensure plans and specifications are complete and accurate, including coordination of drawings between disciplines. (30%) (2) SPECIALIZED EXPERIENCE OF PROPOSED KEY STAFF (PROJECT-RELATED PERSONNEL): Experience and professional qualifications of key staff assigned to this project, specific design ability, and experience in ambulatory health care facilities. Overall adequacy of professional staff and qualification of Principles for the new design ambulatory health care facilities. Specialized technical skills and experience with standards such as but not limited to: AIA Guidelines for Design and Construction of Hospital and Health Care Facilities, NFPA 99 & 101, OSHA, National Electrical Code, Americans with Disability Act (ADA), and International Building Code. Ensures applicable codes and standards are met in the design. (Weight: 30%) (3)OVERALL PERFORMANCE RECORD OF FIRM AND PROPOSED KEY STAFF: Exhibited design abilities on previous projects; managing, scheduling, budgeting, estimating, etc. Demonstrates ability to complete quality projects on schedule and within budget (with specific projects listed). Experience in providing professional health care facility design, documentation, commissioning, energy management control systems, Leadership in Energy and Environmental Design (LEED), project management software, and partnering in health care facilities with a construction management firm. (Weight: 15%) (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 Service Office in Phoenix Arizona and the project site Ft. Yuma, California, as well as knowledge of the locality of the project. (Weight: 10%) (5) DESIGN EXPERIENCE IN NATIVE AMERICAN CULTURES: Specific experience and/or plan for addressing Native American culture, as well as a knowledge and understanding of the Tribes in this region. Past performance on contracts with Native American organizations, Tribal governments, and Federal agencies (i.e., Indian Health Service and Bureau of Indian Affairs). (Weight 10%) (6) ANALYSIS OF FIRM’S CURRENT AND PROJECTED WORKLOAD: Demonstrates capability to accomplish the work in the required time. Demonstrates ability and maintains a total project team to complete the project on schedule, with consideration given to the firm’s other projects. (Weight: 5%) SUBMITTAL REQUIREMENTS: The Prime A/E offeror for the project and all consultant firms must submit a SF-330 Architect-Engineer Qualifications with supplement forms as necessary to be considered. (These forms may be obtained at www.gsa.gov). One original with original signature and four copies (total of 5) must be submitted. Submittal packages must be on 8” x 11 ½” 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 point Times New Roman for ease of reading. Unnecessarily long proposals are discouraged and only pertinent information addressing each of the evaluation factors is required. 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), June 13, 2008. 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 must be sent via e-mail to William.obershaw@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 PROCUREMENT AT THIS TIME.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5492ffd4824f7ded7c7ea4eb1c4facb5&tab=core&_cview=1)
 
Place of Performance
Address: FT. YUMA, ARIZONA, FT. YUMA, Arizona, United States
 
Record
SN01570766-W 20080514/080512215030-5492ffd4824f7ded7c7ea4eb1c4facb5 (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.