Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2009 FBO #2898
MODIFICATION

C -- Sanitation Facilities IDIQ (Recovery)

Notice Date
10/29/2009
 
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, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
 
ZIP Code
98121
 
Solicitation Number
SFC100909
 
Archive Date
12/31/2009
 
Point of Contact
Casey B. Lafran, Phone: 206-615-2462
 
E-Mail Address
casey.lafran@ihs.gov
(casey.lafran@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Portland Area Indian Health Service, Division of Sanitation Facilities Construction, is seeking qualification statements of A/E firms to provide professional design services for various projects related to water and wastewater treatment in the pacific northwest. Qualification Statements (SF-330) submitted in response to this notice will be used to select the most highly qualified AE for award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract. The contract will have a base of 365 calendar days with four option years that may be exercised by the Government. The Division of Sanitation Facilities is responsible for providing water, sewer and solid waste facilities for housing for American Indians living on or adjacent to Indian Reservations throughout Washington, Oregon, and Idaho. Community sizes range from 15 to 5,000 people. IHS anticipates awarding only one IDIQ contract to one firm, and may elect to set aside the project for small business concerns after the closing date for this announcement. IHS anticipates accomplishing five to ten projects as Task Orders under the resultant IDIQ contract during the base year. Each Order will have a firm fixed price; the most common size range will be $25k - $100k. The specific jobs have not yet been scoped. Professional services required under the resultant contract will include planning, design, construction contract administration, and post construction contract services for sanitation facilities projects located in Washington, Oregon and Idaho. Services include, but are not limited to: a. Planning Services: site investigations; master utility plans; feasibility studies; cost estimating; geotechnical and soil investigation and testing; water quality analysis; infiltration and inflow studies; hydraulic analysis of water distribution and sewer collection systems; environmental reports and assessments; survey work incidental to design including geodetic surveying, photogrammetry, spatial computing, mapping, and geographic information systems (GIS). b. Design Services: computer aided drafting and design (CADD); permitting; conceptual, tentative, and final design documents, including drawings, specifications, bidding/contracting, and preparation of other technical portions of construction contracts; preparing start-up and or commissioning plans; and technical/design/management presentations. c. Construction Contract Administration Support Services: participating in pre-construction conferences; responding to contractor requests for information; reviewing construction submittals and shop drawings; performing inspection and advising the project officer as to the action required or recommended; preparing and/or reviewing contract modifications; and reviewing contractor progress schedules and pay requests. d. Post-construction Contract Services: overseeing facility start up and or commissioning; preparing operation and maintenance manuals; preparing record drawings; issuing certificates of completion; and preparing record drawings and specifications. e. Maintenance Support Services: include conducting utility rate studies; preparing facilities plans of operation; conducting sanitary surveys; providing technical operational training; preparing ordinances; preparing safety plans; and preparing educations brochures / pamphlets. All interested firms are required to submit five (5) copies of a recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, in accordance with Numbered Note 24 to the Contracting Officer no later than Nov. 9, 2009. Photocopies are acceptable. When completing your SF330, be sure to include information on the team you will be using for this contract, including key personnel of subs and consultants. You may submit supplementary information that illustrates your team's ability to meet the evaluation criteria listed below. A/E Design Services Technical Qualification Evaluation Criteria. All responses shall be evaluated by the following criteria, listed in descending order of importance: 1.Professional Qualification and Experience 2.Management Plan and Team Organization 3.Geographic Proximity 4.Past Performance 5.Specialized Experience 6.Capacity to Accomplish the Work >Professional Qualifications and Experience – Relevant qualifications and experience relevant to activities associated with planning, designing, constructing, and operating/maintaining sanitation facilities for small public utilities including: Water - supply, treatment, distribution, and storage Wastewater - collection, treatment, and disposal Solid Waste – collection, transport, and disposal >Management Plan & Team Organization - The degree to which the anticipated management plan and team organization, including degree of principle participation, production coordination, division of work, quality assurance, cost control, and prior experience of the project team as a unit will meet the overall requirements of this contract. >Geographic Proximity – Location of offices and staff in the vicinity of potential work sites to increase the efficiency of service delivery and increase availability during task orders. The majority of work will be on Indian reservations distributed throughout Washington, Oregon, and Idaho. The greatest concentration of work is expected in Washington. >Past Performance – Past performance on similar contracts with government agencies, tribal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance documentation should (as a minimum) include a list of comparable projects. Each listed project should include the following. a.Owner b.Owner contact information c.Brief project description d.Cost of the project >Specialized Experience - Extent and quality of relevant specialized experience relating to the planning, designing, constructing, and operating/maintaining sanitation facilities for small public utilities and/or working in Indian country. Examples include, but are not limited to: Experience working with small communities Experience assisting clients in complying with federal environmental protection rules and laws associated with the National Environmental Protection Act (NEPA) Experience working in Indian country or with Indian tribes. Experience working with federal agencies that fund and/or regulate sanitation facilities in Indian country. >Capacity to Accomplish Work – Project team’s capacity to perform and respond to a varying and uncertain workload in a timely manner.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/SFC100909/listing.html)
 
Place of Performance
Address: Various sites in the Pacific Northwest, United States
 
Record
SN01994201-W 20091031/091029234710-85e057b6605bb410822f98eec33f4217 (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.