Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
MODIFICATION

C -- Southern California Youth Regional Treatment Center Design

Notice Date
3/22/2012
 
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-00011
 
Point of Contact
Dan D. Finley, Phone: 2147675255, Bonnie Hicks, Phone: 214-767-8587
 
E-Mail Address
dan.finley@ihs.gov, bonnie.hicks.@ihs.gov
(dan.finley@ihs.gov, bonnie.hicks.@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Southern California Youth Regional Treatment Center This is a design requirment only. Questions pertaining to any aspect of the construction phase (materials, acquisiiton method, construction magnitude, etc.) will not be responded to. This acquisiiton is set-aside for only small business particiaption. The North American Industry Classification System (NAICS) Code for this acquisition is 541310. Effective 3/12/2012, the Small Business Administration business size standard for this NAICS Code is $7 million or less annual average revenue. Responses from firms that do not meet the size standard to be classified as a small business will not be considered. The Indian Health Service (IHS), Division of Engineering Services--Dallas, in support of the IHS California Area Office, intends to acquire Architect-Engineer (A-E) services for the design of a new Youth Regional Treatment Center on an 8 ha parcel located south of Hemet, Riverside County, California at 39990 Faure Road, west of State Highway 79. The facility will occupy no more than 4 ha of land including recreational facilities, cultural and ceremonial areas, site circulation, parking and drives. The new facility will include 3,738 sq. meters of indoor space, including 32 beds for routine residential treatment (16 double rooms), 6 beds for close observation (6 single rooms), and five suites for family treatment (3 one-bedroom and 2 two-bedroom). The proposed gross areas for the Southern California YRTC system are summarized by service in the table below. Department Name Gross Area (SM) Residential services (Substance Abuse Treatment) 2,204 Administrative Services 225 Support Facilities 353 Subtotal All Departments 2,782 Total Gross Floor Area 3,338 Major Mechanical Space (12% of Gross Floor Area) 400 Building Gross Area 3,738 REQUIRED A-E SERVICES Selection of a design firm will be based on evaluation of technical qualifications. The selected firm (the Prime Contractor) shall provide all disciplines, either in-house or through the use of approved subconsultants, necessary for a complete design package. Subject to price negotiation, the selected firm will be awarded a fixed price contract for the design, with an option for construction contract administration services. There may also a potential option to site-adapt the final design in a subsequent location in Northern California at the discretion of the Indian Health Service. The design phase services are expected to proceed immediately after contract award. Architect-Engineer services shall include site verification of existing conditions, conceptual design, schematic design, design development, construction documents, and development of AutoCAD record drawings, with optional construction administration. The design is required to be in metric units of measure. The prime contractor should be a firm offering multiple Architect-Engineer diciplines in-house to assure meeting the requirements of FAR 52.219-14 (see additional info below under "Respondents Please Note"). The design of architectural, civil, structural, mechanical, electrical, plumbing, and fire protection services shall be accomplished, reviewed and approved by architects and engineers registered to practice in the State of California in the particular professional field involved. Also the facility shall be designed to be LEED (Leadership in Energy & Environmental Design) Silver certifiable, and the A-E staff shall have a LEED Accredited Professional. If awarded (dependent upon future availability of construction funds), the construction administration will consist of office construction administration including review of submittals, requests for information, shop drawings, and general project communications; field construction administration and inspection services; monitoring of project schedule; completion of record drawings; and project closeout/final inspections. The qualifications submitted by each firm will be reviewed and evaluated to identify the most highly qualified firm. When responding to this Notice, firms should fully address their capability and qualifications with regard to the evaluation factors included in this Notice. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this Notice. Building design shall be in accordance with the IHS A/E Design Guide, available at: http://www.ihs.gov/nonmedicalprograms/dfee/hb/pdf/02204.pdf (copy and paste in browser). A-E QUALIFICATIONS SUBMISSION FORM AND FORMAT Interested firms must prepare and submit an original plus five (5) copies (a total of six complete documents), identified as such on the face of the original and each copy, of a recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, pursuant to the instructions contained on the SF330, to the Contracting Officer no later than 2:00 pm Central Time, April 12, 2012. Copies of SF330 may be photocopied from the original except for the copy number identification on each. There is a link to an editable electronic version of the SF330 in the pane on the right side of this webpage. Copies of SF330 may be photocopied from the original except for the copy number identification on each. An editable version of the SF330 can also be downloaded at www.gsa.gov, under the "Forms Library" link. When completing the SF330, include information on the key team members you propose to use under this project, including relevant personnel of subconsultants and subcontractors. If partnering with another or multiple firms as a joint-venture, please submit a single SF330 for the entire team. Respondents may submit supplementary information that assists to illustrate the firm's ability to meet the evaluation criteria listed below. However, to facilitate review and evaluation, the SF330 submission package should not exceed sixty (60) typed pages, including Parts I and II of SF330 and excluding the cover, and any index pages, unless partnering with additional firms (partnering does not include subconsultants), in which case the maximum pages of the submission may be increased by an additional 10 pages for each additional partnering firm. The submission does not need to be bound. However, if the SF330 package is bound, do not use bulky 2- or 3-ring loose leaf binders for this purpose. CAUTION: Use of the actual SF330 is highly recommended as your primary submission document, along with any necessary supplemental pages. If you elect not to use SF330, your submission must provide the equivalent information in an easy to read format in the same sequence as the SF330 to facilitate evaluation. FAILURE TO PROVIDE THE REQUIRED INFORMATION IN A SUITABLE FORMAT MAY RESULT IN A SUBMISSION BEING DETERMINED NON-RESPONSIVE TO THE REQUIREMENTS OF THIS NOTICE AND NOT EVALUATED FURTHER. Address your submission as follows: SF330 - 12-161-SOL-00011 Attn: Contracting Officer IHS Division of Engineering Services - Dallas 1301 Young Street, Suite 1071 Dallas, TX 75202-5433 TECHNICAL QUALIFICATIONS EVALUATION CRITERIA The Respondent's submission should adequately address each Evaluation Criterion. All responsive submissions will be evaluated using the following Evaluation Criteria, weighted as indicated: 1.Professional Qualifications - 30% 2.Specialized Experience - 30% 3.Overall Performance Record of Firm and Proposed Key Staff - 15% 4.Location of Main Office of Firm(s) and Consultants - 10% 5.Design Experience in Native American Cultures - 10% 6.Analysis of Firm's Current and Projected Workload - 5% IHS may create a shortlist of A-E respondents based on the initial evaluation process for a second evaluation phase that could include a face-to-face or telephonic interview with the Source Selection Board. Respondents will be notified in writing if and when the Interview Stage is added to the evaluation process. Evaluation Criteria Details Note: The bullet points under some of the Evaluation Criteria below are not listed in any order of importance. They are provided only to better describe the applicable Evaluation Criterion; they are not sub-criteria. 1.Professional Qualifications (30%): Overall professional qualifications of firm and all consultants for the design of new Youth Regional Treatment Centers (YRTC) including: •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 construction documents are complete and accurate, including coordination of drawings and specifications between disciplines. 2.Specialized Experience (30%): Specialized experience of proposed key staff (project-related personnel) including: •Professional registration in the State of California •Experience and professional qualifications of key staff assigned to this project, specific design ability, and experience in YRTCs. •Overall adequacy of professional staff and qualification of Principals for the proposed new design of the YRTC. •Prior experience with California Office of Statewide Health Planning and Development (OSHPD). •Specialized technical skills and experience with standards such as but not limited to: 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. •Established and systematic procedures to ensure applicable codes and standards are met in the design. •Experience with Building Information Modeling during design with projects of similar scope and size. 3.Overall Performance Record of Firm and Proposed Key Staff (15%): •Exhibited design abilities on previous projects in managing, scheduling, budgeting, estimating, etc. •Demonstrated ability to complete quality projects on schedule and within budget (with specific projects listed). •Experience in providing professional YRTC design, documentation, commissioning, and energy management control systems. •Experience with Leadership in Energy and Environmental Design (LEED), project management software, and partnering in design and construction of facilities with a construction management firm. 4.Location of Main Office of Firm(s) and Consultants (10%): Relative travel time and communication ability between the prime firm and consultants relative to each other and the Indian Health Service Office in Sacramento, California and the project site in Hemet, Riverside County, California, as well as knowledge of the locality of the project. 5.Design Experience in Native American Cultures (10%): 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). 6.Analysis of Firm's Current and Projected Workload (5%): Demonstrated 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. RESPONDENTS PLEASE NOTE : The resultant contract will include the clause entitled Limitation on Subcontracting, FAR 52.219-14. This clause requiires the prime contractor to perform more than 50% of all the work required under the contract. All submissions under this Notice must clearly indicate the proposed prime contractor will perform more than 50% of the work required or the sumission may be determined to be non-responsive to the requirem ent s of the Notice and not considered further. Respondents are encouraged to form a Joint Venture (JV) with other qualified small businesses to more readily demonstrate their JV team will perform more than 50% of the work with its own resources. If you intend to propose as a JV please state so, and identify the small business JV partners. (Refer to clauses and rules on JVs at 13 CFR 121.103(h) and FAR 9.6, Contractor Team Arrangements) Respondent Questions Questions concerning this Notice should be submitted in writing to the attention of Dan Finley, Contracting Officer, at the following addresses: Email - dan.finley@ihs.gov Physical - Division of Engineering Service Indian Health Service 1301 Young St, Suite 1071 Dallas, TX 75202-5433 Questions will be responded to only if received on or before March 30, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/12-161-SOL-00011/listing.html)
 
Place of Performance
Address: 39990 Faure Road, Hemet, California, 92544, United States
Zip Code: 92544
 
Record
SN02703881-W 20120324/120323000027-df5bbc97ba31bf13c095ea714deafdb3 (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.