Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

C -- The Indian Health Service, Division of Engineering Services, Dallas, in support of the Office of Environmental Health & Engineering, is seekiing qualified A/E firms to provide professional design services for projects located throughout the Continental US

Notice Date
4/17/2009
 
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
HHSI161200900029C
 
Response Due
5/19/2009 5:19:00 PM
 
Archive Date
6/3/2009
 
Point of Contact
Barry J. Prince,, Phone: (214) 767-8590, Bonnie Hicks,, Phone: 214-767-8587
 
E-Mail Address
Barry.prince@ihs.gov, bonnie.hicks.@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 Facilities Engineering (DFE) and the Office of Environmental Health and Engineering (OEHE), is seeking qualified Architect/Engineering (A/E) firms to provide professional design services for projects located thru out the continental United States. The projects may range from $10,000 up to $5 M or higher and there is no guarantee as to the exact dollar amount of work that will be ordered or awarded. Design services will be ordered from firms in proximity to the location of the project. Design services may include but not be limited to the following: 1. Design and Consulting Services, includes drawings, specifications, cost estimates, etc.; 2. Construction Inspection Services, includes review and recommendation for approval of Shop Drawings, equipment, etc.; 3. Deep Look Surveys; 4. Investigation Report – Site Visit (if applicable); and 5. Feasibility Studies. Design services will be identified for each project requirement and short duration design services will be required. Most projects will not require lengthily design or specification efforts. Solely at each firm’s cost, they will be required to purchase and maintain the R.S. Means JOCWorks Pro estimating program which includes drawing files and all project cost estimates and drawings must be submitted electronically utilizing this program. Additional information and program cost may be obtained by contracting Mr. Robert Gair, R.S. Means Company at 800-448-8182 X5103. Multiple contract awards will be made to qualified selected firms under this announcement. The Contract(s) will be for one (1) calendar year with four (4) one-year options which may be exercised at the discretion of the Government. Offering firms shall submit along with their qualification package their discipline hourly rates and all overhead rates for the base year and all 4 option years. If sub consultants are utilized their rates must also be included and broken down by discipline and include overhead. Rates may be subject to negotiations. Firms with excessively high overhead may be REJECTED. A formal audit of the proposed Firms’ records may be conducted at the discretion of the Government. NOTICE OF SET-ASIDE: THIS PROCUREMENT HAS NO RESTRICTIONS AND IS ANNOUNCED UNDER FULL & OPEN COMPETITION. The North American Industry Classification System (NAICS) Code 541310 is applicable to this procurement. Firms shall submit two complete packages, one containing their professional qualifications and second package containing their discipline hourly rates and all overhead rates for the base year and all 4 option years. If sub consultants are utilized their rates must also be included and broken down by discipline and include overhead included in this package. Each firm shall submit the required SF-330, Architect-Engineer Qualifications information form which may be supplemented with additional detailed project information as needed to fully present the firms abilities and capacities for consideration of the selection board. 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. 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 listed evaluation criteria factors. Firms shall submit their complete qualifications as they may be evaluated solely on their written responses to 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. (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF PRINCIPALS, PROJECT MANAGERS, KEY STAFF AND CONSULTANTS: PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY Professional qualifications of the principals, design staff and project managers; 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 and support space experience, including but not limited to planning, conceptual design, knowledge and incorporation of all applicable codes, evaluation of alternatives; construction inspection skills; CADD capabilities; Presented proof of design abilities, accuracy, project management, federal contracting 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. (50% FACTOR) (2) COMPOSITION OF PRIMARY OFFICE STAFF: The A/E office shall have a minimum core staff of one registered architect one registered civil/structural engineer, one registered mechanical engineer, and one registered electrical engineer. All architects and engineers shall be registered/licensed in one of the fifty states. (20% FACTOR) (3) ANALYSIS OF CURRENT AND PROJECTED WORKLOAD: ABILITY TO RESPOND TO SHOT TIME FRAME PROJECT AND TO PROVIDE REQUIRED DESIGN SERVICES WITH SHORT TURN AROUND TIMEFRAMES: Demonstrated ability to provide and devote a total team response to complete healthcare and support space projects on schedule. (30% FACTOR) 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. THE PROPOSAL DUE DATE IS: 2:00 PM Central Day Light Saving Time, Tuesday, May 19, 2009. 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: Barry.prince@ihs.gov. Telephone inquires will NOT be accepted and will NOT be returned. Both submittal packages shall be submitted to: Mr. William Obershaw, Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. THE SOLICITATION NUMBER IS HHSI161200900029C
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fce55fdf6dcbc14984ec676b17b7268c&tab=core&_cview=1)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN01796377-W 20090419/090417221058-fce55fdf6dcbc14984ec676b17b7268c (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.