SOURCES SOUGHT
C -- Architect-Engineer Services IHS-Wide - Standard Form 330
- Notice Date
- 10/14/2010
- Notice Type
- Sources Sought
- 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
- 11-161-SOL-00003I
- Archive Date
- 12/31/2010
- Point of Contact
- Dan D. Finley, Phone: 2147675255, John Peacock, Phone: 214-767-6613
- E-Mail Address
-
dan.finley@ihs.gov, john.peacock@ihs.gov
(dan.finley@ihs.gov, john.peacock@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- SF330, Architect-Engineer Qualifications Statement The Indian Health Service (IHS), Division of Engineering Services – Dallas, desires to establish an Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a professionally qualified Architect-Engineer (A-E) firm to provide the design disciplines necessary for various projects, including other A-E related services and studies at various locations throughout the Continental U.S. and Alaska. Interested firms shall provide completed qualification statements. Qualification Statements submitted in response to this notice must be received no later than 2pm Central Time, November 16, 2010, and will be used to determine the most highly qualified A-E firm. The selected A-E firm will then be asked to propose various rates for the eventual award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract. Individual projects under the IDIQ contract will be negotiated and awarded on separate delivery orders issued after a firm fixed-price is agreed to by both parties based on various applicable rates in the basic IDIQ contract. Required A-E Services The resultant A-E Services IDIQ contract will include, but is not be limited to the following A-E Services: 1.Feasibility Studies 2.Housing Studies 3.Environmental Assessments 4.Facilities Conditions Assessment 5.Program Development for Facilities Studies 6.Budget Estimating Analysis 7.Building Code Review to include Fire Protection (NFPA, IBC) 8.Design reviews by various disciplines (architectural, structural, mechanical, electrical, plumbing, civil, etc.). About the Resultant Contract The dollar range estimated for most projects and studies that would be awarded under the resultant IDIQ contract is between $5,000 and $125,000. However, actual project workload is unknown at this time, and higher or lower dollar value projects are possible. There will be no guarantee as to the exact dollar amount of the projects to be awarded under any resultant A-E Services IDIQ contract. The resultant IDIQ contract will contain negotiated rates to be used to establish firm fixed-prices for delivery order projects and be for a base period of one year from the date of award with four one-year options that may be exercised at the Government’s discretion. IHS anticipates awarding a contract to a single A-E firm under this IDIQ requirement. Overhead and hourly rates for the base year and all option years will be negotiated prior to the contract award. A formal audit of the proposed contractor’s records may be conducted to establish a reasonable base rate and professional man-hour rates. The minimum/maximum delivery order amount will be $2,500/$1,000,000. The resultant contract will be for an initial performance period of 365 days from the date of contract award. Four additional one-year performance periods are contemplated as options that may be exercised at the discretion of the Government based on the contractor’s performance and the Government’s needs. The volume of projects placed under the contract will, in part, be determined on the awardee’s ongoing contract performance record. NOTICE OF SET-ASIDE: This acquisition is available for full and open competition to all firms. A-E Qualification Statement Submission Form and Format Interested firms must prepare and submit an original plus five (5) copies (identified as such on the face of each) of a recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, pursuant to the instructions contained on the SF330, to the Contracting Officer no later than 2pm Central Time on November 16, 2010. Copies of SF330 may be photocopies of the original except for the copy number identification on each. When completing the SF330, include information on the key team members you would use for projects to be awarded under this contract, including relevant personnel of sub-consultants and subcontractors. If partnering with another or multiple firms, please submit a single SF330 for the entire team. 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 - 10-161-SOL-00003 Attn: Contracting Officer IHS Division of Engineering Services - Dallas 1301 Young Street, Suite 1071 Dallas, TX 75202-5433 You may submit supplementary information that assists to illustrate your firm’s ability to meet the evaluation criteria listed below. However, to facilitate review and evaluation, your SF330 submission package should not exceed sixty (60) typed pages unless partnering with additional firms, in which case the maximum pages of your submission may be increased by an additional 10 pages for each additional partnering firm. The submission does not need to be bound. However, if the SF330 package is bound, please DO NOT use ring-bound loose leaf binders for this purpose. CAUTION: we 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. Electronic transmission of SF330 documentation (i.e. email and facsimile) will NOT be accepted in response to this Notice. Questions concerning this Notice shall be address in writing only sent via email to dan.finley@ihs.gov. Questions submitted by phone will not be responded to. Competitive formal Best Value Source Selection process in accordance with the Federal Acquisition Regulation (FAR) will be used to ensure selection of the source evidencing the best overall capability to perform the work in a manner most advantageous to the Government, as determined by evaluation of proposals in accordance with the established criteria. IHS may create a shortlist of A-E respondents from the initial evaluation process for a second evaluation phase that would include a face-to- face interview with the Source Selection Evaluation Board. Respondents will be notified if the Shortlist/Interview Stage is part of the evaluation process. A-E Services Technical Qualification Evaluation Criteria The qualifications submitted by each firm will be reviewed and evaluated to identify the most highly qualified firm. When responding to this Notice, respondents should fully address their capability and qualifications with regard to following evaluation criteria listed in descending order of importance except Criteria 1 and 2 are of equal importance to each other and Criteria 4 and 5 are of equal importance to each other. (1)PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF FIRM/TEAM MEMBERS (INCLUDING ALL SUB-CONSULTANTS). Experience in providing professional services which include: feasibility studies, housing studies, environmental assessments, facilities conditions assessments, program development for facilities studies, budget estimating analysis, building code review to include fire protection, and design reviews by various disciplines (architectural, structural, mechanical, electrical, plumbing, civil, etc.). (2)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and professional registration in the type of work required, including appropriate experience in reviewing health care facility designs, sustainability, structural design in earthquake prone areas, and LEED certified designs. Details of experience with FoxPro database applications and the IHS Facility Budgeting System. Demonstrated experience with RSMeans in developing continental US and Alaska location factors.   (3)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 governments, federal agencies, i.e., Indian Health Service and Bureau of Indian Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. The Government shall consider information provided by the Respondent as well as information obtained from other sources when evaluating past performance. The Contracting Officer shall determine the relevance of similar past performance information. The Respondent shall limit this information to not more than 10 contracts but no less than 3 similar contracts, performed within the last 3 years. Failure to provide a minimum of 5 relevant references or the inability of the Government to reach at least 3 references, after making a reasonable effort to do so, may result in the Respondent not being rated on the past performance criterion. A Respondent that has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. (4)CAPACITY TO ACCOMPLISH THE WORK TO MEET THE DELIVERY SCHEDULE. (5)LOCATION OF MAIN OFFICE OF RESPONDENT(S) AND SUB-CONSULTANTS: Relative travel time and communication ability between the A/E firm and its sub-consultants relative to each other and the Indian Health Service, Division of Engineering Services, located in Dallas, Texas. RESPONDENTS ARE CAUTIONED TO ADDRESS ALL REQUIREMENTS OF THIS NOTICE AS THERE IS NO PLAN FOR FURTHER NOTICES OR ANNOUCEMENTS ABOUT THIS ACQUISITION AT THIS TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/11-161-SOL-00003I/listing.html)
- Place of Performance
- Address: Throughout the Contenental United States and Alaska, Dallas, Texas, 75202, United States
- Zip Code: 75202
- Zip Code: 75202
- Record
- SN02310908-W 20101016/101014233807-9158c2ce8cbe2ac054f2562b08e77013 (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 |