Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
MODIFICATION

C -- DETAILED DESIGN FOR NEW RAPID CITY HEALTH CENTER

Notice Date
12/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
 
ZIP Code
98104
 
Solicitation Number
16-102-SOL-00029
 
Point of Contact
John W Fannon, Phone: 2066152453, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Purpose: This synopsis is issued to provide a notice to the public for project information to be performed in support of the Indian Health Service (IHS). IHS is seeking a qualified A/E Firm to furnish professional design services for the Detailed Design of a new Health Facility collocated with the IHS Rapid City Service Unit. This project is at the Rapid City Health Center, Indian Health 3200 Canyon Lake Dr., Rapid City, SD 57702. Authority: IHS (Division of Engineering Services (DES)) is issuing this synopsis in accordance with FAR Part 5.204 Pre-solicitation Notices. Description: The proposed contract listed here is 100 percent set-aside for small business concerns. The Government will only accept offers from small business concerns. All other firms are deemed ineligible to submit offers. This is a new procurement. It does not replace an existing contract. No prior contract information exists. A Sources Sought was issued on 18 August 2016 in order to conduct Market Research. This is a Pre-solicitation notice. The Request for Qualifications will be available on or around 12/30/16, on www.fbo.gov, under the solicitation number 16-102-SOL-00029. This is not a solicitation announcement for proposals, and no contract will be awarded as a result of this notice or any follow-up information requests. In order to protect the procurement integrity of any future procurement, if any, that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated work includes, but is not limited to: Background: The Rapid City Service Unit (RCSU) provides health care to Indian people in Rapid City, South Dakota and the surrounding area, and is unique because it is located in an urban area and not on a reservation. The current Sioux San campus consists of 29 buildings, of which 19 are categorized as historical, and 3 structures, of which two are categorized as historical. Indian Health Service owns the land and buildings. The Statement of A/E Services for the proposed project includes detailed design for construction, furniture, equipment, information technology (IT), and audio-visual (AV) and any other related services to construct a replacement facility to support an ambulatory care facility with the addition of the following services: Audiology, Public Health Nutrition, Physical Therapy, Psychiatric Consultation and Podiatry. It is anticipated that this requirement will be procured in accordance with FAR Subpart 36.6, Architect-Engineer Services. The A-E firm's primary business shall be architectural design with a focus on completed project(s) with estimated cost of construction between $50,000,000-$100,000,000 range, with the capability of providing and subcontracting engineering and other specialty disciplines/services, as necessary. The estimated cost range of this design requirement is between $5,000,000 and $10,000,000. All offerors are advised that in accordance with 36.601-(3)(b) the total cost of the architect or engineer services contracted for must not exceed six (6) percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-2 (c) - Design within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The North American Industry Classification System (NAICS) Code is 541310 Architectural Services, with a Small Business Size Standard of $7.5 million. Competitive Acquisition: The solicitation will utilize source selection procedures FAR 36.602. The offeror will be required to submit Qualification Statements (SF-330s) for evaluation by the Government. Contract Type: Indian Health Service intends to award a Firm Fixed Price (FFP) A/E Contract in support of this requirement. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. Period of Performance: The Period of Performance is anticipated to be 730 calendar days from the date of notice to proceed. 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. Respondent(s) 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 Health Facilities Engineering projects.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/16-102-SOL-00029/listing.html)
 
Place of Performance
Address: USA, United States
 
Record
SN04347145-W 20161210/161208234539-487e83c9243e99208782edd24ecaaf44 (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.