Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOURCES SOUGHT

C -- Architect-Engineer Facilities Design Services - Phoenix Indian Health Service - Standard Form 330

Notice Date
8/9/2011
 
Notice Type
Sources Sought
 
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
11-161-SOL-00010
 
Point of Contact
Dan D. Finley, Phone: 2147675255
 
E-Mail Address
dan.finley@ihs.gov
(dan.finley@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Fillable SF330 The Phoenix Area Indian Health Service (PAIHS), Office of Environmental Health and Engineering, seeks qualification statements of Architect-Engineer (A-E) firms to provide professional design services for various projects. Qualification Statements submitted in response to this notice will be used to select the highest qualified A-E for issuing a Request for Proposal (RFP) for proposed rates and eventual award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract. Individual projects will be awarded under the IDIQ on separate Delivery Orders (DO) after a firm fixed-price is negotiated based on various applicable rates established under the basic IDIQ contract with that firm. Professional services include assessments, planning, design, and related A-E services encompassing construction administration and post-construction contract services for various federal and tribal health facilities. The health facilities under the responsibility of PAIHS include a 200,000+ sq. ft. medical center, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters, and support facilities located throughout Arizona, Nevada, and Utah. I. IDIQ CONTRACT The estimated dollar range for most projects and studies that would be awarded under the resultant IDIQ contract is for between $5,000 and $50,000, with upwards of $250,000 for new clinics and major renovation projects. 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 overhead and hourly rates to be used to establish firm fixed-prices for each project delivery order. The base period shall be for one year from the date of award with four separate one-year options that may be exercised at the Government's discretion. A formal audit of the selected contractor's records may be conducted to establish reasonable overhead and discipline specific hourly rates. IHS anticipates awarding a contract to a single A-E firm under this IDIQ requirement. II. REQUIRED A-E SERVICES Services that would typically be required under individual delivery orders include, but are not limited to, the following: a. Evaluations, Assessments, and Planning Services: - Facility condition assessments - Site development investigations and feasibility studies - Cost estimating analysis - Environmental site assessments and testing - Geotechnical investigation and testing - Water quality analysis - Conceptual designs - Space utilization planning and patient flow studies - Energy modeling and sustainability studies - Building systems evaluations - Electrical studies and evaluation of power quality problems - Pre-design commissioning activities - Code compliance reviews (NFPA, NEC, ASHRAE, FGI, ADA, building codes, etc.) - Legal survey work for real property transfers including metes and bounds surveys b. Design Services: Design and development of all-inclusive construction bid documents for healthcare facilities projects, ranging from small scale renovations or major expansions to new stand alone clinics. The A-E is responsible for compliance with all requirements per the current version of the Indian Health Service Architect/Engineer (A/E) Design Guide at the time a particular delivery order is issued. The design guide is typically updated every 3 years. The IHS A/E Design Guide defines the minimum requirements for each submission phase in the production of Indian Health Service construction documents. The guideline attempts to capture current federal, departmental and IHS requirements, policies, and best practices. However, this Guideline does not relieve the A-E of their professional responsibility to produce a correct, complete, and fully coordinated set of construction documents in accordance with the industry standards for best practices or other government criteria. Government reviews will not release the A-E from claims resulting from design errors and omissions. The Respondent may download a copy of the IHS A/E Design Guide at the web link below: http://www.ihs.gov/NonMedicalPrograms/DES/index.cfm?module=dap c. Construction Contract Administration and other A-E related services: - Value engineering - Participating in pre-construction conferences - Responding to construction contractor requests for information (RFI) - Construction commissioning - Reviewing construction submittals and shop drawings - Performing construction inspections and preparing field observation reports - Advising the project officer regarding deficiencies and recommended actions - Preparing revision drawings or architectural supplemental instructions (ASI) - Managing document versions and revisions - Reviewing contract modification proposals - Reviewing contractor progress payment requests d. Post-Construction Contract Services: - Pre-occupancy commissioning - Issuing punch lists and certificates of completion - Preparing record drawings and as-built drawings - Preparing operation and maintenance manuals - Providing training on proper operation, maintenance of equipment, support for building automation, and systems troubleshooting - Facility maintenance support services e. Integration of Sustainable Features: The A-E shall integrate sustainability design principles into all facets of design, including site development, energy performance, water conservation, indoor/outdoor air quality, solid waste reduction, and other sustainable enhancements to promote a building's long term viability. The A-E must be familiar with the prescribed codes, standards, Executive Orders, and guidelines that are outlined in the IHS A/E Design Guide (Section II - Responsibilities of the A/E) and how they impact design requirements for the inclusion of sustainability features. III. A-E QUALIFICATIONS SUBMISSION FORM AND FORMAT Interested firms must prepare and submit an original plus five (5) copies (identified as such on the face of each copy) 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 2:00 pm Central Time, September 13, 2011. Copies of SF330 may be photocopied from the original except for the copy number identification on each. An editable version of the SF330 is an attachment shown to the right of this notice on this webpage and can be downloaded from the attachment link or it can be found at www.gsa.gov under the "Forms Library" link. When completing the SF330, include information on the key team members you propose to use for projects 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. Respondents may submit supplementary information that assists to illustrate the firm's ability to meet the evaluation criteria listed below. However, to facilitate review and evaluation, the 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, do not use bulky 3-ring loose leaf binders for this purpose. CAUTION: Use of the actual SF330 is recommended as part of your submission, along with any necessary supplemental pages. If you elect not to use SF330, your submission must provide the equivalent information in an easy to read format in the same sequence as the SF330 to facilitate evaluation. FAILURE TO PROVIDE THE REQUIRED INFORMATION IN A SUITABLE FORMAT MAY RESULT IN A SUBMISSION BEING DETERMINED NON-RESPONSIVE TO THE REQUIREMENTS OF THIS NOTICE AND NOT EVALUATED FURTHER. Address your submission as follows: SF330 - 10-161-SOL-00010 Attn: Contracting Officer IHS Division of Engineering Services - Dallas 1301 Young Street, Suite 1071 Dallas, TX 75202-5433 IV. TECHNICAL QUALIFICATIONS EVALUATION CRITERION The Respondent's submission should adequately address each Evaluation Criterion. All responsive submissions will be evaluated using the following criteria, listed in descending order of importance and weighted as indicated: 1. Professional Qualifications and Experience of Nominated Team Members (25%) 2. Management Plan / Team Organization and Depth of Firm's Resources (20%) 3. Federal & Native American Experience (15%) 4. Past Performance (15%) 5. Geographic Proximity (15%) 6. Capacity to Accomplish Work / Stability of Firm (10%) IHS may create a shortlist of A-E respondents based on the initial evaluation process for a second evaluation phase that would include a face-to-face interview with the Source Selection Board. Respondents will be notified if and when the Interview Stage is added to the evaluation process and the extent of their involvement in that second evaluation phase. V. Evaluation Criteria Details 1. Professional Qualifications and Experience of Nominated Team Members (25%) - Provide evidence of professional qualifications and design abilities as outlined in the SF330 along with the following for each individual team member: - Professional qualifications of principals, design staff, and project managers - Team members history with the firm and duration in their current position - Percentage of work over the past 2-years that has been healthcare related - Relevant experience covering the activities outlined in Part II, above (Required A-E Services), for each team member. - Evaluations, Assessments, and Planning Services - Design Services - Construction Contract Administration and other A-E related services - Post-Construction Contract Services - Integration of Sustainable Features 2. Management Plan / Team Organization and Depth of Firm's Resources (20%) - Describe 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." Identify all relevant supporting resources available to Respondent; differentiate between in-house and consulting services. At a minimum the respondent shall address the following: - Registered P.E.'s from relevant engineering disciplines - Registered R.L.S's for legal and topographic surveys - Drafting capabilities (CADD, Google Sketch-Up, BIM, GIS, Photo-Realistic Rendering) - Certified energy management professionals - Cost estimating / value engineering services - Medical equipment planning capabilities - Commissioning agent services - Code compliance expertise - Construction administration services - Back-office services 3. Federal & Native American Experience (15%) - Experience relating to engineering and architectural services for small rural health facilities on behalf of federal agencies and Native American communities. Examples include, but are not limited to: - Experience with designing Native American or Indian Health Service facilities - Experience working with federal agencies, particularly the IHS and the BIA - Experience working in Indian Country or with Indian tribes - Experience working in small rural communities - Experience working with LEED or other environmentally sustainable design principles - Experience and familiarity with the IHS A/E Design Guide - Experience assisting clients in complying with federal environmental protection rules such as laws associated with the National Environmental Protection Act (NEPA) 4. Past Performance (15%) - Past performance on similar contracts with government agencies, tribal agencies, and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance documentation should, at a minimum, include a list of relevant projects as outlined in Standard Form 330. Limit this information to not more than 10, but no less than 3 similar projects, performed within the last 3 years. The Respondent is responsible to ensure contact information for references is current and valid. Proposal's should also address the following: - Demonstrate responsiveness to the needs and requirements of the customer (letters of reference may be included to support these criteria). - Estimated cost vs. final project cost (include percentage caused by owner-requested changes) 5. Geographic Proximity (15%) - The location of a firm's principal offices and staff for work to be performed under any resultant contract relevant to the vicinity of potential work sites and the Area Office in Phoenix, AZ will be evaluated. The majority of project sites will be on or near Indian reservations throughout AZ, NV, and UT. However, the region's Area Office and major medical center are both located in Phoenix, AZ, where most coordination meetings will occur. Firms achieving the most favorable results for their response to this criterion would have offices located within the Phoenix metropolitan area (and within 125 road miles of the PAIHS Office in the Central Business District of Phoenix, AZ). 6. Capacity to Accomplish Work / Stability of Firm (10%) - Demonstrate the project team's capacity to perform and respond to a varying and uncertain workload in a timely manner. Identify firm's capacity to allocate additional resources as needed. Outline the project team leader(s) for whom these delivery orders will be assigned, and identify at least one secondary individual for whom the day-to-day responsibilities would fall to as a backup. Provide an overview of the stability/solvency of the firm and explain how it has grown or contracted over the past 5 and 10 year periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/11-161-SOL-00010/listing.html)
 
Place of Performance
Address: Work will be at locations throughout Arizona, Nevada and Utah. Principle Location for Coordination Meetings:, Phoenix Indian Health Service Area Office, 40 North Central Avenue, Phoenix, AZ, Phoenix, Arizona, 85004, United States
Zip Code: 85004
 
Record
SN02526921-W 20110811/110809235210-5c51587dc50c6d2a4bf29ffe94586d04 (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.