SOURCES SOUGHT
C -- AE Services Sources Sought Notice for Pump Station Design
- Notice Date
- 2/5/2008
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue Mail Stop RX-24,, Seattle, WA, 98121, UNITED STATES
- ZIP Code
- 98121
- Solicitation Number
- IHS-SOL-0800054
- Response Due
- 2/15/2008
- Point of Contact
- Casey LaFran, procurement technician, Phone 206-615-2462, Fax 206-615-2466, - Abram Vinikoor, Contracting Officer, Phone 206-615-2533, Fax 206-615-2466
- E-Mail Address
-
casey.lafran@des.ihs.gov, Abram.Vinikoor@des.ihs.gov
- Description
- The Division of Engineering Services is seeking qualifications statements (SF-330) from Architect and Engineering (AE) firms for consideration on a design project on the Tulalip Indian Reservation, approximately 35 miles north of Seattle, WA. Primary employees of the A/E firm and any subcontractors they will be using must be registered in Washington state. All work shall be completed by or under the direction of a registered professional engineer or registered architect. --------------------------------------------------------------------------- This project is for multi-discipline architect-engineering support services to accomplish the design of two new domestic water pumping stations. The specific locations of each pump station have been determined and geotechnical studies of each site have been completed and will be provided to the contractor. The pump stations will require an estimated pumping capacity of 500 gpm and 180 gpm. --------------------------------------------------------------------------- The estimated performance period is from March 17 to August 1, 2008. Basic services include commissioning services, engineering studies, preparation of plans, specification, cost estimates, and as-built drawings. Optional services include: construction contract administration services, construction field observations, inspection, pre-construction conference and post-construction warranty services; and project closeout services. The Government reserves the right to exercise the optional services at any time during the performance period. --------------------------------------------------------------------------- Qualifications statements of eligible firms will be reviewed and a proposal requested from the highest ranked firm. Firms will be ranked based on how well they meet the selection criteria listed below, and are encouraged to submit additional material demonstrating such. --------------------------------------------------------------------------- SELECTION CRITERIA: The award decision for each A/E contract will be based upon the following selection criteria, listed here in descending order of importance. 1) Professional qualifications necessary for satisfactory performance of required services. 2) Specialized experience and technical competence in planning, designing, and managing the construction of small community municipal water projects. 3) Geographical proximity of design firm and consultant(s) principal office(s) to the project location. 4) Demonstrated expertise and experience in working as a team with listed sub consultants/subcontractors and ability to effectively manage multiple firm teams. 5) Capacity to respond and accomplish the work in the required time. 6) Demonstrated past performance in the last three (3) years on comparable projects with government agencies and private industry in terms of cost control, quality control, and compliance with performance schedules. --------------------------------------------------------------------------- All firms interested in being considered for award of contract that meet the minimum qualification standards are encouraged to submit a response. A set-aside determination will be made for this contract by the Contracting Officer after the closing date for this announcement. Evaluations will be conducted by the designated Area Office selection board or chairperson and approved by the Contracting Officer using the short selection process of FAR 36.602-5. A request for proposal will then me sent to the most highly qualified firm. IHS anticipates award of a firm fixed price AE contract. The estimated value of this project is less than $100,000. --------------------------------------------------------------------------- AE firms must be registered with CCR (www.ccr.gov). Additionally, the Federal Acquisition Regulation (FAR) requires the use of the On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Therefore, all AE firms are required to ensure that their ORCA information is complete and current on the website http://orca.bpn.gov. Refer to FAR Clauses 52.204-7 Central Contractor Registration (Jul 2006) and 52.204-8 Annual Representations and Certifications (Jan 2006). --------------------------------------------------------------------------- The selected firm, its subsidiaries, affiliates, consultants, sub consultants and subcontractors that participate in the preparation of a statement of work, specifications and/or plans for a construction contract cannot bid or participate in any capacity with the construction contractor. This includes, but is not limited to, preparation of a concept design, facility siting studies, environmental assessments, or other activities that result in identification of project scope and costs. The prime firm and consultants for this contract will be required to perform throughout the contract term. --------------------------------------------------------------------------- AE firms meeting the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria. Consultants, if any, to the prime AE firm are required to submit only Part II of the SF 330. Accompany your submission with a letter on company letterhead that references soliciation number IHS-SOL-0800054, and your firms DUNS number. Submit two (2) hard copies of all material to Casey Lafran, Division of Engineering Services, 2201 Sixth Ave. RX-24. You may also hand deliver submissions to the same address, Suite 937. --------------------------------------------------------------------------- This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF 330, Part 1. Point of Contact is Casey Lafran, Contracting Specialist, email casey.lafran@ihs.gov. All inquiries shall be sent to this email address; no phone calls please. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-FEB-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/IHS-SOL-0800054/listing.html)
- Place of Performance
- Address: Tulalip, WA
- Zip Code: 98271
- Country: UNITED STATES
- Zip Code: 98271
- Record
- SN01525343-F 20080307/080305231145 (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 |