Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

C -- Architect/Engineering (A/E) Services for Sanitation Facilities Construction Projects which may be located in Arizona, Utah, New Mexico, Nevada, or Other Locations Which may Require Design Services Throughout the Lower United States

Notice Date
3/25/2009
 
Notice Type
Presolicitation
 
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
HHSI161200900020C
 
Archive Date
5/8/2009
 
Point of Contact
Bonnie L. Hicks,, Phone: (214) 767-8587, Barry J. Prince,, Phone: (214) 767-8590
 
E-Mail Address
Bonnie.hicks@ihs.gov, Barry.prince@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS), Division of Engineering Services, Dallas (DES) in support of the Division of Sanitation Facilities Construction (DSFC), is seeking qualified Architect/Engineering (A/E) firms for sanitation facilities construction projects which may be located in Arizona, Utah, New Mexico, Nevada, or other locations which may require design services throughout the Lower United States. The scope of work is related to sanitation facilities construction projects, including design services, construction inspection services, and post-construction contract services. Multiple contracts awards will be made under this announcement. Design services may include: master use plans and feasibility studies; community sanitation facility designs: engineering calculations and design of water source, storage, and distribution systems, wastewater collection, treatment, and disposal systems, and solid waste facilities; sanitation facilities studies (infiltration and inflow studies, hydraulic analysis of water distribution and sewage collection systems, etc.); geodetic and engineering surveying; mapping, geographic information system (GIS) development, computer aided drafting and design (CADD); geotechnical investigations/evaluations; hydrogeologic studies/evaluations; water quality analysis; electronic control system design and integration; Right-of-Way documentation; environmental reviews, assessments and reports; permitting; conceptual, tentative, and final design documents, including drawings, specifications, bidding/contracting documents. Construction inspection services may include: performing inspection and advising the project officer as to the action required or recommended; reviewing contractor progress schedules and pay requests; making recommendations to the project officer; and monitoring the contractor’s submission of shop drawing and other data to ensure that submissions are timely, complete and conform to contract requirements. Post-construction contract services may include: reviewing shop drawings and other submittals; preparing drawings and specifications for changed requirements or conditions; preparing operation and maintenance manuals, and preparing record drawings. The projects may range from $10,000. To $1 M. There is no guarantee as to the exact dollar amount of work that will be ordered or awarded. The Contract(s) are for one (1) calendar year with four (4) one-year options which may be exercised at the discretion of the Government. Overhead and discipline hourly rates for the base year and all option years will be negotiated prior to the award of the contract. A formal audit of the proposed Firms records will be conducted to establish a reasonable base rate and professional discipline hourly 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 ANNOUNCED UNDER FULL & OPEN COMPETITION. The qualifications submitted by each firm will be reviewed and evaluated in order identify the most highly qualified firms. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation criteria factors. Firms shall submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. In accordance with FAR 15.305(a) (2) (ii), the Offeror is required to identify past or current contracts (including Federal, State, local government and private enterprises) for efforts similar to the current Government requirements in this announcement. The Offerors shall limit this information to not more than 10 contracts but no less than 5 similar contracts, performed within the last 5 years. Failure of an Offeror to provide the minimum of 5 relevant references or the inability of the Government to reach at least 5 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 evaluation factors for selection, are, in descending order of priority, with items (3) and (4) being of equal value. (1) EXPERIENCE: Experience and qualifications of the proposed staff in performing sanitation engineering construction projects including but not limited to feasibility and planning studies, rights of way and easements, preliminary and final designs, construction management and on-site inspections for: (1) Surface and ground water sources, treatment, storage, and transmission design; (2) Wastewater collection, pumping, treatment and disposal; (3) Solid waste collection, transfer stations, and transportation equipment. (2) QUALIFICATIONS: Overall professional qualifications of staff, principals, and project manager(s); and qualifications in water and wastewater system design. (3) PAST PERFORMANCE: Performance on work for municipalities, tribes, county and utility organizations in the completion of similar work. (4) CAPACITY: Firms capacity to accomplish the work timely, within budget, and with the expected quality. Quality Assurance/Quality Control procedures to ensure work is accurate, in compliance with applicable codes, and well coordinated between disciplines. (5) OFFICE LOCATIONS AND PROXIMITY TO THE IHS OFFICES AND RESERVATIONS: Accessibility to IHS offices near Phoenix, Arizona, Pinetop-Lakeside, Arizona, and Reno, Nevada; Albuquerque, Santa Fe, Albuquerque and Tucson, and proximity to Indian Tribes in Arizona, Utah, Nevada and New Mexico. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7, Central Contractor Registration: Any and all firms 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 offeror, 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: SF-330, Architect-Engineer Qualifications with supplemental forms providing detailed project information as needed to be considered. One original with original signature and four copies (5 total) must be submitted to the Contracting Officer. Submittal packages must be on 8 X 11 paper in a 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 proposals are discouraged and only pertinent information is required. Electronic transmission of proposals or documents (i.e., e-mail, CD-Rom, or facsimile) will NOT be accepted. Questions concerning this announcement may be sent via e-mail to Bonnie.Hicks@ihs.gov, CC: ing Barry.prince@ihs.gov. Telephone inquires will NOT be accepted and will NOT be returned. SF 330 Submittal packages shall be submitted to and shall be received by Bonnie L. Hicks, Contracting Officer, Division of Engineering Services – Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433, by no later than 12 Noon (Dallas time), Thursday, April 23, 2009. THE SOLICITATION NUMBER IS HHSI161200900020C
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04829c906b3c031a63120c6bcbd3a903&tab=core&_cview=1)
 
Place of Performance
Address: Various Locations. See Above., United States
 
Record
SN01778021-W 20090327/090325221116-04829c906b3c031a63120c6bcbd3a903 (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.