Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

C -- IDIQ Architect-Engineer Services for Indian Health Service Sanitation Facilities Construction Projects

Notice Date
7/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
14-161-SOL-00013
 
Point of Contact
Dan D. Finley, Phone: 2147675255, Kenneth G. Truesdale, Phone: 2147673934
 
E-Mail Address
dan.finley@ihs.gov, kenneth.truesdale@ihs.gov
(dan.finley@ihs.gov, kenneth.truesdale@ihs.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
This acquisition is a partial Small Business Set-Aside; see below for details. Multiple awards are anticipated. To be considered a small business under NAICS Code 541330, Engineering Services, average annual revenues must be $14 Million or less. If considering a Joint-Venture response, the total revenue of all Joint Venture members is used to determine business size that applies to the Joint Venture. Responses from all firms will be considered under this Notice. Depending on the quality and quantity of responses received, the IHS intends to award no less than one contract for each Contract Area (identified later in this Notice) as a Small Business Set-Aside using the small business size standard identified above and award no more than one contract for each Contract Area using full and open competition. The Division of Engineering Services - Dallas, of the Indian Health Service (IHS), on behalf of the Office of Environmental Health and Engineering, Sanitation Facilities Construction Divisions / Branches at multiple Indian Health Service Area Offices in the Southwestern and Western United States, seeks Qualifications statements of Architect-Engineer (A-E) firms to provide design services, Construction Contract Administration Services (CCAS), post-construction services and other A-E services, which include various studies and survey work relative to Sanitation Facilities Construction requirements at IHS facilities and tribal lands, including residential areas. The Contractor shall perform all engineering work under the direction of a Professional Engineers (PE). All documents, drawings and reports shall be signed and sealed by a PE and/or surveyor (as appropriate) licensed in the state where the project is located. The Contractor shall ensure that work performed under this contract meets the requirements of all laws, regulations, codes and ordinances for the Indian Reservations, counties and states where IHS projects are located. Qualifications documents submitted in response to this notice will be used to select the highest qualified A-E firms to issue a Request for Proposal for various rates and eventual award of Indefinite Delivery - Indefinite Quantity (IDIQ) contracts under which the awardees will be given a Fair Opportunity to compete for individual projects to be subsequently awarded under separate task orders; discussions may be held depending on the specific responses to the task order requests for proposals based on various applicable maximum rates established under the basic IDIQ contract with the contractors. a. The resultant contracts will be Indefinite Delivery Indefinite Quantity (IDIQ) contracts. When called for under Task Orders issued by the CO, the Contractor shall provide Architect-Engineer professional services relative to Sanitation Facilities Construction (SFC) requirements for IHS projects throughout the portion of the United States the Division of Engineering Services - Dallas is responsible to manage. That region includes the U.S. states from coast-to-coast from California to Virginia (and all points south), plus Indiana to Maine to Virginia. However, the bulk of work under the resultant contract will be limited to SFC projects in the Contract Areas identified below located in Arizona, California, Colorado, New Mexico, Nevada, and Utah. b. Specific Contract Areas Contract Area 1: Albuquerque Area IHS & Navajo Area IHS • Albuquerque Area: The Albuquerque Area IHS covers Colorado, New Mexico (except for Navajo Nation), a small portion of Utah (White Mesa Ute Mountain Ute), and the Ysleta Del Sur Tribe in Texas. The Albuquerque Area Office is located in Albuquerque, NM and has offices in Ignacio, CO, and Santa Fe, NM. Polacca, AZ (the Hopi Reservation) is also included under this Contract Area because of its physical location; it is managed by the Phoenix Area IHS. More information on the Albuquerque Area IHS can be seen at:http://www.ihs.gov/dsfc/index.cfm?module=staff_albuquerque • Navajo Area: The Navajo Area IHS covers the Navajo Indian Reservation located in Arizona and New Mexico. Navajo Area Office is located in Window Rock, AZ and has offices located in Crownpoint, NM, Farmington, NM, Flagstaff, AZ, Fort Defiance, AZ, Gallup, NM, Kayenta, AZ, Many Farms, AZ, Shiprock, NM, Tuba City, AZ, and Winslow, AZ. More information can be seen at: http://www.ihs.gov/dsfc/index.cfm?module=staff_navajo The California Area IHS covers the entire state of California. California Area Office is located in Sacramento, CA and has offices located in Arcata, Escondido, Redding, and Ukiah. More information can be seen at: http://www.ihs.gov/dsfc/index.cfm?module=staff_california Contract Area 2A: Northern California •Consists of all of the California Area IHS north of the northern boundaries of San Luis Obispo, Kern and San Bernardino Counties. Contract Area 2B: Southern California •Consists of all the counties in California that are not designated as part of Contract Area 2A. Contract Area 3: Phoenix Area IHS and Tucson Area IHS • Phoenix Area: The Phoenix Area IHS covers Nevada, Utah, and Arizona (except for Tohono O'odham Nation, Pascua Yaqui Tribe, and Navajo Nation). The Phoenix Area Office is located in Phoenix, AZ and has offices in Elko, NV, Ft. Duchesne, UT, Lakeside, AZ, Parker, AZ, San Carlos, AZ, Sparks, NV, and Whiteriver, AZ. More information can be seen at: http://www.ihs.gov/dsfc/index.cfm?module=staff_phoenix • Tucson Area: The Tucson Area IHS covers the Tohono O'odham Nation and the Pascua Yaqui Tribe near Tucson, AZ. Tucson Area Office is located in Tucson, AZ and has offices in Casa Grande, AZ and Sells, AZ. More information can be seen at: http://www.ihs.gov/dsfc/index.cfm?module=staff_tucson 1. Architect-Engineer (A-E) services will be ordered when required to support the IHS mission relative to SFC projects. Design services, Construction Contract Administration Services (CCAS), post-construction services and other A-E services, which include various studies and survey work, are within the Scope of this contract. The Contractor shall perform all engineering work under the direction of a Professional Engineer (PE). All documents, drawings and reports shall be signed and sealed by a PE and/or surveyor (as appropriate) licensed in the state where the project is located. The Contractor shall ensure that work performed under this contract meets the requirements of all laws, regulations, codes and ordinances for the Indian Reservations, counties and states where IHS projects are located. Brand name products and proprietary systems shall not be cited in project specifications prepared under this contract unless specifically authorized by the CO. When authorized to cite a brand name product in a specification, the A-E firm shall qualify all uses of such brand name items with the words "or approved equal". When brand name items are cited, the Contractor shall also list all salient characteristics of the noted brand name product(s) in the specification. The design of facilities shall incorporate appropriate design technologies for available funding and local Operation & Maintenance capacities. The Contractor shall closely coordinate all work with the appropriate IHS Area SFC staff, affected Indian community, Tribal or Division of Engineering Services (DES) - Dallas staff on all project and contractual matters as and when appropriate or required by the project SOW. a. Notwithstanding any task order limitations listed elsewhere in the contract, design projects will normally be limited to SFC projects with estimated construction costs of $1,000,000 or less. At the discretion of the CO, Task Orders for larger construction projects may be considered for inclusion under this contract. b. The scope for specific IHS design projects will identify the design review stages required for the project. Three complete sets of drawings, specifications, and price estimates shall be furnished at each review stage unless otherwise indicated in the project Scope of Work. All design review comments provided by IHS and Tribal organizations (where applicable) shall be resolved and, when appropriate, incorporated into the next design stage. Government review of design phase documents does not release the A-E firm from future claims resulting from design errors and omissions. c. For design requirements, the final price estimate provided shall comply with the requirements of the then-current IHS Architect/Engineer Design Guide. All drawings shall be prepared in accordance with the then-current IHS Architect/Engineer Design Guide. Final stamped design drawings shall be scanned and provided in PDF format. Depending on the SOW requirements of each design project, the specifications should be furnished to the applicable IHS Area client in a version of Microsoft Word format compatible with then-current IHS IT systems on compact disc. Where the SOW does not stipulate a format, specifications shall be provided in CSI or IHS TP format per the preference of each Area and as indicated in the specific SOW for each task order request. In addition, the Contractor shall provide five (5) hard-copies of the drawings and specifications to the IHS Area client(s) unless the SOW stipulates otherwise. d. Examples of design services include: • 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; and • electronic control design and integration. Design services may also include: • conceptual, tentative and final design documentation (drawings, specifications, bidding/contractual documents), preparation of other technical portions of SFC construction contracts, technical/design presentations and evaluating existing water storage tanks and plans/specifications for renovation, including lead paint abatement requirements, buildings, pumping systems with electrical and mechanical controls, HVAC, distribution systems and appurtenances/accessories. Sewer system design services may include individual and community treatment and disposal systems (subsurface wastewater disposal facilities, sewage treatment lagoon facilities, mechanical treatment facilities, etc.); • collection systems; • pumping systems with electrical and mechanical controls and appurtenances; • hydrogeological studies, hydraulic analysis, flood plain studies, surveying, and AutoCAD drafting Engineering services may also include: • design of accessory facilities to water, sewer and solid waste facilities such as utility crossings of roads, arroyos, and railways, earthwork - including soils and gravel excavation and placement; and • concrete work (structural and non-structural), roads, drainage, dikes, fencing, and electrical control systems (SCADA, programmable logic controls, radio telemetry). Design tasks may be for new, remodeled and expanded facilities for Native American communities or IHS facilities. When the project SOW requires construction documents that include final construction contract documents, such documents must be complete and adequate for soliciting competitive proposals or bids without further editing. The A-E shall follow the then current IHS Architect/Engineer Design Guide when preparing such design documents. Complete construction contract documents shall not call for any A-E approvals and will only be requested when a third-party, such as a Native American tribal organization or a commercial construction firm, will be performing the construction phase of the project. When such contract documents are required, the Contractor must coordinate with the appropriate IHS or Tribal organization to ensure any special contract format, provisions and clauses are incorporated into the documents to be provided. e. Construction Contract Administration Services (CCAS) include inspecting work performed by a third-party construction contractor during the construction phase of the project. Inspection personnel furnished by the A-E firm shall perform CCAS as outlined in the project SOW at the project site, including administrative activities such as advising the CO or the IHS Project Manager during meetings and coordinating post-construction contract services. The A-E firm shall maintain a daily diary of construction activities and furnish weekly construction progress reports to the IHS Project Manager. CCAS may include performing inspection and acceptance services, reviewing construction contractor progress schedules and pay requests and monitoring the construction contractor's submission of shop drawings and other data to ensure they are timely, complete, and conform to the construction contract requirements. CCAS also may include, as necessary to confirm construction contractor compliance with the specifications, material, paint and compaction testing. In performing CCAS, the A-E firm shall also advise the IHS Project Manager or CO on appropriate actions when construction issues arise during the construction phase of the SFC project. f. Post-Construction Services include review of shop drawings and other submittals for recommendation on approval or rejection, preparing drawings and specifications for changed requirements or conditions, preparing operation and maintenance manuals and preparing record drawings after final inspection and acceptance of SFC construction projects. Layout of work by survey crews shall also fall under this service category. g. Other A-E Services under this contract may include: • preparation of master water-use plans, feasibility studies, sanitation facilities studies (infiltration and inflow studies, hydraulic analysis of water distribution and sewage collection systems. etc.); • geodetic and engineering surveying; • photogrammetry, spatial computing, mapping, and geographic information system (GIS) development; • computer aided drafting and design (CADD); • geotechnical investigations/evaluations and hydrogeologic studies/evaluations; • water quality analysis; • right­of-way documentation; environmental reviews, assessments, reports and permitting; and • technical/management presentations. 2. Home Office Location The majority of work will be on or near Indian reservations in Arizona, Colorado, Utah, Nevada, California, and New Mexico. Contract Details on the Contract Areas covered by this contract can be found elsewhere in this document. The contractor shall maintain a Home Office in each Contract Area for which an award is made to the A-E firm under the Solicitation. A Home Office is defined as a self-supporting, fully-staffed organization capable of all providing all A-E services required under the resultant contract, except for services offered by authorized subconsultants. The Contractor shall establish a Home Office for each awarded Contract Area within 14 days after receipt of the first task order under the applicable contract. The Contractor shall be able to meet with the applicable IHS Sanitation Facilities Construction Area staff at the IHS Area Office involved within four hours after notification of the need for a face-to-face meeting pertaining to a specific project requirement. This situation would be abnormal and occur infrequently. 3. Statement of Work Summary Task Orders under this contract may include, but are not limited to, the following A-E and A-E-related services relative to IHS SFC projects under the responsibility of the Division of Engineering Services - Dallas: a. Consulting services; b. Reports and studies (planning and programming); c. Pre-design and design investigations; d. Site selection assessments; e. Design concepts; f. Engineering calculations; g. Material and component selection; h. Preliminary and final design drawings; i. Specifications: 1. Bidding, proposal and contractual documents; 2. Final working drawings; 3. Review and recommendations for approval of shop drawings, samples and equipment data; j. Construction administration; k. Construction inspection; l. Technical, design and management training; and m. Other related services. 4. A-E Qualifications Submission Form and Format Interested firms must prepare and submit an original plus six (6) 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 July 31, 2014. 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 - 14-161-SOL-00013 Attn: Contracting Officer IHS Division of Engineering Services - Dallas 1301 Young Street, Suite 1071 Dallas, TX 75202-5433 Submissions are expected to conform to the requirements of the FBO Solicitation Notice and be prepared in accordance with this section. To aid in evaluation, the submission shall be clearly and concisely written as well as being neat, indexed (cross-indexed as appropriate) and logically assembled. While the SF330 provides for proper identification of the submission, each page that is supplemental to the SF330 shall be appropriately numbered and clearly marked with the name of the respondent, the date, and the solicitation number. 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. The respondent shall submit one original of their submission, marked as such, with six (6) copies. Overall Arrangement of Submission: a. General: The Submission consists of the Respondent's response to the Evaluation Criteria. No pricing information shall be stated in the Response. The Original and six (6) copies or sets of the Response shall be clearly labeled and submitted as noted below. b. The total page count limitation for the Response for Parts I and II of SF330 is forty-five (45) pages, including all pages that are supplemental to the SF330. The SF330 shall be prepared using a size 11 or higher standard font. Page(s) exceeding the total page limit and any page limit per factor listed in these instructions shall be disregarded and not evaluated. The page count does not include the separately submitted Past Performance Questionnaires (PPQ) and PPQ Log (Attachments 1 and 2 to this document) by the Respondent's references or past clients or customers. These will be incorporated by the Contracting Officer. c. Supplemental pages (beyond the actual SF330) of the response shall be on standard, white light colored 8.5 x 11 inch paper with print on one side. The Response shall not be "hole" bound or stapled but bound utilizing a slide grip folder or other type of clamping folder to facilitate ease of removal by the Government for scanning or copying. Type size shall be at least size 11 utilizing standard fonts. d.A cover letter, on the Respondent's stationary (provided it is of a paper color that can be copied or scanned and remain readable) or otherwise identified, may be submitted that is no more than two (2) pages in length. The cover letter will not count toward the page limit. Utilize the identical cover letter for each set of the Response. The respondent shall indicate in the cover letter the Contract Area(s) they wish to be considered for. The Submission shall contain a table of contents referencing each Evaluation Factor 1 through 3 and associated topic items within. The table of contents will not count toward the page limitation. 5. Evaluation Criteria A. General Submissions shall be evaluated in accordance with this FedBizOpps Notice. The following information is extracted directly from the reviewed and approved solicitation document that will be provided to respondents. The criteria listed below will be used in the evaluation of factors (1 - Experience and Past Performance, 2 - Professional Qualifications and Experience of Key Personnel and 3 - Capacity). A-E Selection will be based on the highest quality responses received under the FBO Solicitation Notice. Factors 1, 2 and 3 are in descending order of importance. B. Highest Quality Response Evaluation (1) This is a competitive A-E acquisition as defined by FAR Part 36.6, Architect-Engineer Service, using procedures in the FAR and the Indian Health Service Source Selection Guide. Selection will be for the highest quality response(s) that conform to the FBO Notice requirements; where the selected respondents are determined responsible in accordance with FAR Subpart 9.1 by possessing the financial and other capabilities to fulfill the requirements of the contract; and the responses judged, by an assessment of evaluation factors, to offer the highest quality submissions among all respondents pursuant to the Evaluation Criteria. (2) The Government intends to award multiple contracts for each Contract Area in response to the price RFP after selection for the SFC A-E Services IDIQ. This is a partial small business set-aside. Depending the quantity and quality of responses received, the Government intends to award at least one IDIQ contract to a small business concern and no more than one contract to a large business concern for each Contract Area. The Government reserves the right to not award any contracts depending on the quality of the responses submitted. C. Evaluation Factors (1)Factor 1: Past Performance a.The Respondent shall provide a project past performance list with a minimum of five (5) and a maximum of seven (7) projects with a written narrative for each project detailing the engineering work involved sufficiently for the Government to evaluate the depth and breadth of experience represented in the project and make an assessment of the experience utilized to accomplish such work. (A single project may have included several civil and environmental engineering disciplines that should be noted as the Government will not draw conclusions if the specific types of engineering are not broken out in the narratives.). The Respondent should include projects for planning and design of Sanitation Facilities Construction (SFC) type projects similar to those described in this Solicitation. Respondents shall clearly identify relevant past performance submitted concerning engineering subcontractors or other major entities proposed as part of the Respondent's team so the Government clearly knows whose experience is being demonstrated. b.Use the format in Section F of the SF330 for Past Performance. If supplemental pages are required, use blank white 8.5" x 11" white sheets labeled with the appropriate block from Section F for each data element so the supplemental sheets flow logically from the SF330. In the Block 24 of Section F of the SF330, include: 1.Description of project's engineering features. Break them out. 2.Role of Respondent - Prime or sub? 3.Role of any subs or team members proposed for this solicitation involved in the project. 4.Challenges or special aspects of the project you would like us to know about. c.The respondent shall include all firms listed for Past Performance as references via the process for PPQs. All PPQs submitted for major subcontractors or joint venture "partners" must be clearly identified as such. The respondent shall request that their past performance references submit their past performance information (the PPQ) directly to the Contracting Specialist using the form provided in Attachment 1 - Past Performance Questionnaire (PPQ). Instructions for the references to do so are also listed within the PPQ form. The attached PPQ form is provided in MS Word format for the Respondent to easily fill in their part, Section 1, and for the references to complete their part of the form. The Contracting Officer will incorporate the Respondent's PPQs received from their references into this evaluation factor. PPQs received directly from the Respondent will not be evaluated. i.The Respondent shall submit a complete log of all references requested to submit past performance information for this requirement with the respondent using the PPQ form provided in Attachment 2, PPQ Log. The PPQ Log is provided in MS Word format for the Respondent to fill, preferably by word processing. If word processing is not utilized in the PPQ Log, print legibly. ii.Past performance will be evaluated based upon the respondent's demonstrated performance for projects similar in nature, size and complexity to those contemplated under the Statement of Work and evaluated under the Factors and Sub-Factors as stated in the PPQ form: •Conformance with Statement of Work and Schedules •Cost Control and Cost-Effective Performance •Interface with Clients, Concerned Community Groups and Other Significant Stakeholders •Client Relations and Business-Like Concern for Interests of the Customer •Overall Performance iii.The Government reserves the right to evaluate any negative or adverse past performance information regardless of relevance to this requirement. The Government also reserves the right to assess the past performance of proposed significant subcontractors/subconsultants and proposed key personnel. Information utilized will be obtained from the references listed in the submission, other customers known to the Government, and others who may have useful and relevant information. iv.A-E Selection may be made from the initial submissions without discussions. However, if the Government receives negative past performance information and the Respondent has not had a previous opportunity to review the rating, the Respondent will be given an opportunity to address such unfavorable reports of past performance. Information submitted addressing this factor shall not count against the stated page limitation. (2) Factor 2: Professional Qualifications and Experience of Key Personnel The Respondent shall provide a written narrative summarizing the qualifications, credentials, certifications and experience of each member of the Respondent's proposed Key Personnel including the staff, principals, and project managers. The Respondent shall also identify any other Key Personnel that will constitute the team for this project and include similar narratives/resume-type data as described under Factor 1, as appropriate. No more than three resumes for "other Key Personnel" shall be submitted. Identify their relevancy to the contract and the role they may fill. Include and identify any major sub-contractor personnel or personnel of entities being proposed as part of the submission. (3) Factor 3: Capacity Demonstrated 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. Responses should identify the project team leader(s) for whom task 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. D. Submission Review Process (1) Initial Evaluation of Responses. The Government may complete A-E Selection(s) based solely upon initial Respondent submissions without discussions. Therefore, respondents should not presume they will have an opportunity to clarify any aspect of the initial submission. If selections are not made based on initial responses, the Contracting Officer may establish a competitive range comprised of the most highly rated submissions. If the Contracting Officer determines that the number of responses that might otherwise be included in the group of most highly qualified respondents exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of responses determined as the most highly qualified to the greatest number that will permit an efficient competition among those firms selected as the most highly rated respondents. Only those respondents in the competitive range will be offered an opportunity to participate further in the procurement. (2) Interviews. The Contracting Officer will conduct interviews with all respondents in the competitive range. If necessary, at the conclusion of the interviews, a common cut-off date for submission of final respondent revisions will be established. Those respondents remaining in the competitive range will be notified to submit any clarifying data as their final response for consideration. (3) Final Evaluation of Responses. A final response evaluation will be performed after receipt of Final Submission Revisions, if necessary. * IMPORTANT NOTICE: In determining whether a small business is qualified to perform any work required under the contract, the respondent should consider whether they can meet the requirements under FAR 52.219-14, which will be incorporated into any resultant contract. This clause 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/14-161-SOL-00013/listing.html)
 
Place of Performance
Address: Numerous locations in the folowing States:, Arizona, Colorado, Utah, Nevada, California, and New Mexico, United States
 
Record
SN03434808-W 20140725/140723235312-40f7a188acf51dee36fbfc44dd6c8d3e (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.