Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
MODIFICATION

C -- IDIQ A-E Services for Albuquerque and Navajo Area IHS Offices

Notice Date
10/25/2011
 
Notice Type
Modification/Amendment
 
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
12-161-SOL-00001
 
Point of Contact
Dan D. Finley, Phone: 2147675255
 
E-Mail Address
dan.finley@ihs.gov
(dan.finley@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a 100% Small Business Set-Aside. Responses under this Notice will be considered only from entities classified as small businesses under NAICS Code 541310, Architectural Services, and must have average annual revenues of $4.5 Million or less to meet this requirement. All partners of Joint-Venture respondents must be classified as Small Businesses under the applicable NAICS Code to be eligible for consideration. Responses from all other firms are ineligible for consideration. The Division of Engineering Services - Dallas, of the Indian Health Service (IHS), on behalf of the Albuquerque and Navajo Area Indian Health Services, Office of Environmental Health and Engineering, seeks Qualifications statements of Architect-Engineer (A-E) firms to provide professional design services for various projects. Qualifications documents submitted in response to this notice will be used to select the highest qualified A-E firm to issue a Request for Proposal for various rates and eventual award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract under which individual projects will be awarded on separate delivery orders after a firm fixed-price is negotiated based on various applicable rates established under the basic IDIQ contract with that firm. Professional services comprise planning, design, and related A-E services including construction contract administration and post-construction contract services for various federal and tribal health facilities and support facilities located in Arizona, New Mexico and Colorado. Health facilities include medical centers, hospitals, dental clinics, healthcare clinics, support facilities and buildings, and associated infrastructure ranging in size from 1,000 square feet to 256,000 square feet. Under this potential contract, IHS plans to conduct projects to perform major maintenance, periodic repair of building components, and facility improvements. There would be little potential to design new facilities based on current projections. The work will primarily involve requirements for federally operated Indian Health facilities at or near the following localities but may be at any location the Albuquerque or Navajo Area of the Indian Health Service are responsible for: Albuquerque, NM Bernalillo, NM Dulce, NM Mescalero, NM San Felipe, NM San Fidel, NM Santa Fe, NM Taos, NM Zuni, NM Ignacio, CO Towaoc, CO Bloomfield, NM Chinle, AZ Crownpoint, NM Gallup, NM Inscription House, AZ Kayenta, AZ Pinon, AZ Pueblo Pintado, NM Red Mesa, AZ Shiprock, NM Sonostee, NM Tohatchi, NM Toadlena, AZ Tsaile, AZ The resultant IDIQ contract will contain negotiated rates for use to establish firm fixed-prices for delivery order projects. That IDIQ contract will be for a base period of one year from the date of award with four one-year options that may be exercised at the Government's discretion. IHS anticipates awarding a contract to a single firm for this IDIQ requirement. Required Architect-Engineer Services Services that would be required under individual delivery orders include, but are not limited to, the following: a. Evaluation, Assessment, and Planning Services: facility condition assessments; site development feasibility studies; conceptual designs; cost estimating; space planning and space efficiency studies; energy modeling and investment-grade energy feasibilities studies; building systems evaluations; electrical studies including short-circuit and arc-flash coordination studies, load studies, selective breaker coordination and evaluation of power quality problems; pre-design commissioning recommendations; legal survey work for real property transfers including metes and bounds surveys. b. Design Services: development of design and construction documents (i.e. drawings, specifications) and associated engineering work in accordance with the most current Indian Health Service "Architect/Engineer (A/E) Design Guide". c. Construction Contract Administration and other A-E related services: participating in pre-construction conferences; responding to construction contractor requests for information (RFIs); reviewing construction submittals and shop drawings; performing construction inspections and preparing field observation reports; advising the project officer regarding deficiencies and actions required or recommended; preparing supplementary drawings or revision drawings; managing document versions and revisions; reviewing contract modification proposals; and, reviewing contractor progress payment requests. d. Post-Construction Contract Services: reviewing, assessing, and confirming that building systems and equipment have been installed and operate in accordance with commissioning requirements; reviewing operation and maintenance manuals for completeness; preparing conformed-set drawings; preparing record drawings and as-built drawings; issuing certificates of completion (often required to be prepared and signed by a registered professional engineer); provide certification that fire protection systems are correctly installed and operational, providing training on proper operation, maintenance of equipment, support for building automation, and systems troubleshooting. e. Integrate Sustainable Features: To the maximum extent possible these scope items shall integrate or include sustainability features that will reduce the energy usage, water usage, reduce emissions, divert solid waste, reduce consumption of toxic materials and chemicals, increase organic waste diversion, ensure retrofitting and renovation promotes building's long term viability, and other sustainable enhancements. We estimate there will be 8 - 12 task orders during the first year with the most common cost magnitude per task order ranging from $10k - $250k. The A-E firm selected must be able to provide the full scope of required services listed above. However, Evaluation, Assessment, and Planning Services and Design Services will likely be utilized the most frequently. A-E Qualifications Submission Form and Format Interested firms must prepare and submit an original plus five (5) copies (identified as such on the face of each) of a recently completed Standard Form (SF) 330 (Parts I and II), Architect-Engineer Qualifications pursuant to the instructions contained on the SF330, to the Contracting Officer no later than November 29, 2011. Required copies of SF330 may be photocopies of the original except for the copy number identification on the face of each. A fillable-PDF version of the SF330 is an attachment to this Notice. A link to download this form is visible on the right-hand side of the webpage where you are viewing this Notice. Address your submission as follows : SF330 - 12-161-SOL-00001 Attn: Contracting Officer IHS Division of Engineering Services - Dallas 1301 Young Street, Suite 1071 Dallas, TX 75202-5433 When completing the SF330, include information on the key team members who would be utilized for projects under this contract, incorporating relevant personnel of subconsultants and subcontractors. If partnering with another or multiple firms in a Joint-Venture, please submit a single SF330 for the entire team. You may submit supplementary information that assists to illustrate your firm's ability to meet the evaluation criteria listed below. However, to expedite review and evaluation, your SF330 submission package should not exceed sixty (60) typed pages unless partnering (in a Joint-Venture arrangement) with additional firms, in which case the maximum length of your submission may be increased by an additional 10 pages for each additional partnering firm. The Qualifications documents may be submitted in folders, binding combs or similar metal or plastic spiral bound booklets or in loose-leaf form bound using small paper binder clips. However, if the SF330 package is bound, do not use 2- or 3-ring loose leaf binders for this purpose. CAUTION: It is highly recommend that the actual SF330 be used for your submission, along with any necessary supplemental pages. If you do not use the SF330, your submission must follow the precise format and sequence of the SF330 to facilitate evaluation. SUBMISSIONS THAT DO NOT STRICTLY FOLLOW THE FORMAT OF THE SF330 MAY BE DETERMINED AS NON-RESPONSIVE TO THE REQUIREMENTS OF THIS NOTICE AND NOT EVALUATED FURTHER. IHS may create a shortlist of A-E respondents based on the initial evaluation results. Respondents selected for this second evaluation phase would be required to attend a face-to- face interview with the Source Selection Board members. Appropriate Respondents would be notified when and if the Interview Stage is added to the evaluation process. A-E Design Services Technical Evaluation Criteria The A-E firm's Qualifications response should adequately address each Evaluation Criterion. All responsive submissions will be evaluated and ranked using the following criteria, weighted as indicated: 1. Professional Qualifications and Experience of Nominated Team Members - 20% 2. Management Plan and Team Organization - 20% 3. Geographic Proximity - 20% 4. Corporate Specialized Experience - 20% 5. Past Performance -10% 6. Capacity to Accomplish the Work/Stability of Firm - 10% Evaluation Criteria Details > Professional Qualifications and Experience of Nominated Team Members - Relevant qualifications and experience covering the following activities, as related to health facilities and associated structures, for each team member: • Evaluation, Assessment and Planning Services • Design Services • Construction Contract Administration Support Services • Post-Construction Contract Services • Integration of Sustainability into Design of Construction and Renovation Projects > Management Plan & Team Organization - The degree to which the anticipated management plan and team organization, including degree of principle participation with particular attention to the Prime Contractor's obligation to meet the requirements of Federal Acquisition Regulation (FAR) clause 52.219-14, "Limitation on Subcontracting" *, production coordination, division of work, quality assurance, cost control, and prior experience of the project team as a unit, will meet the overall requirements of the contract. > Geographic Proximity - Location of principal offices, branch offices, field staff of the Prime A-E firm and consultants' offices relative to potential work sites and the IHS Area Offices in Albuquerque, NM and St. Michaels/Window Rock, AZ, to increase the efficiency of service delivery and availability during delivery order performance. The majority of work will be on or near Indian reservations in northern Arizona, southern Colorado and New Mexico. > Corporate Specialized Experience - Extent and quality of relevant specialized experience relating to engineering and architectural assessment of health facilities and the planning, design, construction contract administrative support, post-construction support, and facility maintenance support services relating to small facility renovations, expansions, maintenance, improvement and environmental projects at rural health centers serving Native Americans and working in a federal context. Examples include, but are not limited to: • Experience working with small communities; • Experience assisting clients in complying with federal environmental protection rules and laws associated with the National Environmental Protection Act (NEPA); • Experience working in Indian Country or with Indian tribes; • Experience working with LEED or other environmentally sustainable design principles and standards (such as ASHRAE 189.1). • Familiarity with the unique fiduciary responsibilities held by the federal government. • Experience working with federal agencies. > Past Performance - Past performance on similar contracts with government agencies, tribal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance documentation should, at a minimum, include a list of five (5) comparable projects. Limit the number of projects listed to ten (10) total. Each listed project should include the following. • Owner • Owner contact information • Brief project description • Cost of the project > Capacity to Accomplish the Work / Stability of Firm - Demonstrate the project team's capacity to perform and respond to a varying and uncertain workload in a timely manner. Identify firm's capacity to allocate additional resources as needed. Identify the project team leader(s) for whom the delivery orders will be assigned, and identify at least one secondary individual for whom the day-to-day responsibilities would fall to as a backup. Provide an overview of the stability/solvency of the firm and explain how it has grown or contracted over the past 5 and 10 year periods or since inception if less than these periods. * IMPORTANT NOTICE : In formulating the Qualifications submission, potential respondents should consider that FAR 52.219-14, which will be incorporated into any resultant contract, requires the Prime Contractor to perform services under the contract equivalent to 50% or more of the contract value in personnel costs throughout the life of the contract. This is a positive requirement rather than one where an indication of capacity, capability or willingness to meet these requirements would be acceptable. Respondents should demonstrate in their Qualifications submission how they will meet this requirement. Although the specific project effort awarded under any resultant contract is not known at this time, it is believed to be unlikely a Respondent could reasonably expect to meet this FAR requirement where they propose a Prime Contractor role limited to a single discipline, or possibly even multiple disciplines, where the discipline mix proposed leans towards disciplines typically not heavily utilized in A-E Services for medical facilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/12-161-SOL-00001/listing.html)
 
Place of Performance
Address: Various locations in northern Arizona, southern Colorado and New Mexico. The city, state and Zip Code below are for the location of the Albuquerque Indian Health Service Area Office, Albuquerque, New Mexico, 87110, United States
Zip Code: 87110
 
Record
SN02612569-W 20111027/111025234308-9766a92d31b7656dd3407e27f232984b (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.