Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2009 FBO #2742
SOLICITATION NOTICE

C -- The Indian Health Service, DES, is seeking a qualified A/E firm for V. E. Studies for the following IHS Area Offices: Phoenix, AZ; Tucson, AZ; Window Rock, AZ; Albuquerque, NM; Oklahoma City, OK; Nashville, TN; and Sacramento, CA.

Notice Date
5/28/2009
 
Notice Type
Presolicitation
 
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
HHSI161200900034C
 
Archive Date
7/14/2009
 
Point of Contact
Barry J. Prince, Phone: (214) 767-8590, Bonnie Hicks, Phone: 214-767-8587
 
E-Mail Address
Barry.prince@ihs.gov, bonnie.hicks.@ihs.gov
(Barry.prince@ihs.gov, bonnie.hicks.@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS), Division of Engineering Services, Dallas (DES) is seeking a qualified Architect/Engineering (A/E) firm for Value Engineering Studies for following IHS Area Offices: Phoenix, Arizona; Tucson, Arizona; Window Rock, Arizona; Albuquerque, New Mexico; Oklahoma City, Oklahoma; Nashville, Tennessee; and Sacramento, California. The selected firm will provide the required services for these locations and other areas in the lower 48 states. The average estimated dollar range per delivery order is between $10,000. to $30,000; however, higher or lower range delivery orders are possible. There is no guarantee as to the exact amount of the completed work. The Contract will be for one (1) calendar year with four (4) one-year options which may be exercised at the discretion of the Government. Overhead and discipline hourly rates for the base year and all option years will be negotiated prior to the award of the contract(s). A formal audit of the proposed Firms’ records will be conducted to establish a reasonable base rate and professional discipline hourly rates. The North American Industry Classification System (NAICS) Code 541310 is applicable to this procurement. THIS PROCUREMENT IS HEREBY SET-ASIDE UNDER THE SMALL BUSINESS DEMONSTRATION PROGRAM. The qualifications submitted by each firm will be reviewed and evaluated in order identify the most highly qualified firms. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation criteria factors. Firms shall submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. Interviews may not be conducted. In accordance with FAR 15.305(a) (2) (ii), the Offeror is required to identify past or current contracts (including Federal, State, local government and private enterprises) for efforts similar to the current Government requirements in this announcement. The Offerors shall limit this information to not more than 10 contracts but no less than 5 similar contracts, performed within the last 5 years. Failure of an Offeror to provide the minimum of 5 relevant references or the inability of the Government to reach at least 5 references, after making a reasonable effort to do so, may result in the Offeror not being rated on the past performance factor. An Offeror who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. The evaluation factors for selection, in descending order of priority, with items 1, 2 and 3 being of equal point value are: (1) SPECIALIZED EXPERIENCE FOR VE-STUDY: Specialized Technical skills and specific experience in Certified Value Specialist, Leadership in Energy and Environmental Design (LEED), and Value Engineering of Hospitals, Health Care Facilities, Clinics, and Staff Quarters; (2) PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY: Past performance on contracts with Government entities including Native American organizations, Tribal Government and Federal agencies, i.e. Indian Health Service (IHS) and Bureau of Indian Affairs (BIA) and Private Industry. Past performance in conducting Value Engineering studies, Life Cycle Cost Analysis, costs of the project, VE study reports of hospital designs including what stage of design studies were conducted, and describing prior projects’ recommendations and actual savings on implemented recommendation. Include references and locations for listed projects; (3) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF FIRM/TEAM MEMBERS (INCLUDING ALL CONSULTANTS): Professional Qualifications of Project Manager, Certified Value Specialists, Firm and Team Members (Civil, Mechanical & Electrical Engineers) who will be involved in the Value Engineering Study. Elaborate on projects that have been completed in the last five (5) years including size of project and recommendation on cost savings. Provide references that may be contacted. Submit SF-330 for all team members. (No principal resume); (4) LOCATION OF VE OFFICE: Relative travel time and communication ability between the prime contractor, their consultants and the Indian Health Services (IHS) Office located in Dallas, TX.; (6) ANALYSIS OF FIRM'S CURRENT AND PROJECTED WORKLOAD: Demonstrate ability to provide and devote a Total Team response to complete the projects on schedule. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7, Central Contractor Registration: Any and all firms wishing to respond to this announcement must be registered in the Central Contractor Registration (CCR) database which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov, or by calling 1-888-227-2423, or 269-961-5757. By submission of an offeror, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during the performance, and through final payment of any contract. Submittal requirements: SF-330, Architect-Engineer Qualifications with supplemental forms providing detailed project information as needed to be considered. One original with original signature and four copies (5 total) must be submitted to the Contracting Officer. Submittal packages must be on 8 X 11 paper in a neat orderly presentation folders with the name of the firm and project title on the cover page. Type size should be 12 Times New Roman for ease of reading. Unnecessary long proposals are discouraged and only pertinent information is required. Electronic transmission of proposals or documents (i.e., e-mail, CD-Rom, or facsimile) will NOT be accepted. Questions concerning this announcement may be sent via e-mail to Barry.prince@ihs.gov. Telephone inquires will NOT be accepted and will NOT be returned. SF 330 Submittal packages shall be submitted to: Bonnie L. Hicks, Contracting Officer, Division of Engineering Services – Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433, by no later than 2:00 PM (Dallas time), Monday, June 29, 2009. THE SOLICITATION NUMBER IS RFP/HHSI161200900034C.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI161200900034C/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN01829368-W 20090530/090528235220-f7c60b7b30ac4086e39073ec7ed4690e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.