MODIFICATION
C -- Southern California Youth Regional Treatment Center Design
- Notice Date
- 2/24/2012
- Notice Type
- Modification/Amendment
- 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
- 12-161-SOL-00006
- Point of Contact
- Dan D. Finley, Phone: 2147675255, Bonnie Hicks, Phone: 214-767-8587
- E-Mail Address
-
dan.finley@ihs.gov, bonnie.hicks.@ihs.gov
(dan.finley@ihs.gov, bonnie.hicks.@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Southern California Youth Regional Treatment Center This amendment makes this acquisition unresticted, open to large and small businesses, alike. The Indian Health Service (IHS), Division of Engineering Services--Dallas, in support of the IHS California Area Office intends to acquire Architect-Engineer (A-E) services for the design of a new Youth Regional Treatment Center on an 8 ha parcel located south of Hemet, Riverside County, California at 39990 Faure Road west of State Highway 79. The facility will occupy no more than 4 ha of land including recreational facilities, cultural and ceremonial areas, site circulation, parking and drives. The new facility will include 3,738 sq. meters of indoor space, including 32 beds for routine residential treatment (16 double rooms), 6 beds for close observation (6 single rooms), and five suites for family treatment (3 one-bedroom and 2 two-bedroom). The proposed gross areas for the Southern California YRTC system are summarized by service in the table below. Department Name Gross Area (SM) Residential services (Substance Abuse Treatment)2,204 Administrative Services 225 Support Facilities 353 Subtotal All Departments2,782 Total Gross Floor Area3,338 Major Mechanical Space (12% of Gross Floor Area) 400 Building Gross Area3,738 REQUIRED A-E SERVICES Selection of a design firm will be based on evaluation of technical qualifications. Subject to price negotiation, the selected firm will be awarded a fixed price contract for design, with an option for construction contract administration services. There is also a potential option to site adapt the final design in a subsequent location in Northern California at the discretion of the Indian Health Service. The design phase services are expected to proceed immediately after contract award, subject to the availability of design funds (refer to separate section further in this Notice). Architect-Engineer services shall include site verification of existing conditions, conceptual design, schematic design, design development, construction documents, and development of AutoCAD record drawings, with optional construction administration. The design is required to be in metric units of measure. The prime contractor must be an A-E firm. The design of architectural, civil, structural, mechanical, electrical, plumbing, and fire protection services shall be accomplished, reviewed and approved by architects and engineers registered to practice in the State of California in the particular professional field involved. Also the facility shall be designed to be LEED (Leadership in Energy & Environmental Design) Silver certifiable, and the A-E staff shall have a LEED Accredited Professional. If awarded (dependent upon receipt of construction funds), the construction administration will consist of office construction administration including review of submittals, requests for information, shop drawings, and general project communications; field construction administration and inspection services; monitoring of project schedule; completion of record drawings; and project closeout/final inspections. The qualifications submitted by each firm will be reviewed and evaluated to identify the most highly qualified firm. When responding to this Notice, firms should fully address their capability and qualifications with regard to the evaluation factors included in this Notice. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this Notice. Building design shall be in accordance with the IHS A/E Design guide, available at http://www.ihs.gov/nonmedicalprograms/dfee/hb/pdf/02204.pdf. 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 the original and 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, March 6, 2012. Copies of SF330 may be photocopied from the original except for the copy number identification on each. There is a link to an editable electronic version of the SF330 in the pane on the right side of this webpage. Copies of SF330 may be photocopied from the original except for the copy number identification on each. An editable version of the SF330 can also be downloaded 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 project, including relevant personnel of subconsultants 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 (partnering does not include subconsultants), in which case the maximum pages of the 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 - 12-161-SOL-00006 Attn: Contracting Officer IHS Division of Engineering Services - Dallas 1301 Young Street, Suite 1071 Dallas, TX 75202-5433 TECHNICAL QUALIFICATIONS EVALUATION CRITERIA The Respondent's submission should adequately address each Evaluation Criterion. All responsive submissions will be evaluated using the following Evaluation Criteria, weighted as indicated: 1.Professional Qualifications - 30% 2.Specialized Experience - 30% 3.Overall Performance Record of Firm and Proposed Key Staff - 15% 4.Location of Main Office of Firm(s) and Consultants - 10% 5.Design Experience in Native American Cultures - 10% 6.Analysis of Firm's Current and Projected Workload - 5% IHS may create a shortlist of A-E respondents based on the initial evaluation process for a second evaluation phase that could include a face-to-face or telephonic interview with the Source Selection Board. Respondents will be notified in writing if and when the Interview Stage is added to the evaluation process. Evaluation Criteria Details Note: The bullet points under some of the Evaluation Criteria below are not listed in any order of importance. They are provided only to better describe the applicable Evaluation Criterion; they are not sub-criteria. 1.Professional Qualifications (30%): Overall professional qualifications of firm and all consultants for the design of new Youth Regional Treatment Centers (YRTC) including: •Length of time that the firm has been established and qualifications as a prime A/E contractor. •Length of time firm has had established relationships with proposed consultants. •Firm's Quality Assurance/Quality Control procedures in place to ensure construction documents are complete and accurate, including coordination of drawings and specifications between disciplines. 2.Specialized Experience (30%): Specialized experience of proposed key staff (project-related personnel) including: •Professional registration in the State of California •Experience and professional qualifications of key staff assigned to this project, specific design ability, and experience in YRTCs. •Overall adequacy of professional staff and qualification of Principals for the proposed new design of the YRTC. •Prior experience with California Office of Statewide Health Planning and Development (OSHPD). •Specialized technical skills and experience with standards such as but not limited to: Guidelines for Design and Construction of Hospital and Health Care Facilities, NFPA 99 & 101, OSHA, National Electrical Code, Americans with Disability Act (ADA), and International Building Code. •Established and systematic procedures to ensure applicable codes and standards are met in the design. •Experience with Building Information Modeling during design with projects of similar scope and size. 3.Overall Performance Record of Firm and Proposed Key Staff (15%): •Exhibited design abilities on previous projects in managing, scheduling, budgeting, estimating, etc. •Demonstrated ability to complete quality projects on schedule and within budget (with specific projects listed). •Experience in providing professional YRTC design, documentation, commissioning, and energy management control systems. •Experience with Leadership in Energy and Environmental Design (LEED), project management software, and partnering in design and construction of facilities with a construction management firm. 4.Location of Main Office of Firm(s) and Consultants (10%): Relative travel time and communication ability between the prime firm and consultants relative to each other and the Indian Health Service Office in Sacramento, California and the project site in Hemet, Riverside County, California, as well as knowledge of the locality of the project. 5.Design Experience in Native American Cultures (10%): Specific experience and/or plan for addressing Native American culture, as well as a knowledge and understanding of the Tribes in this region. Past performance on contracts with Native American organizations, Tribal governments, and Federal agencies (i.e., Indian Health Service and Bureau of Indian Affairs). 6.Analysis of Firm's Current and Projected Workload (5%): Demonstrated capability to accomplish the work in the required time. Demonstrates ability and maintains a total project team to complete the project on schedule, with consideration given to the firm's other projects. Availability of Funds Funds are not presently available to award a contract for this requirement. The Government's obligation is contingent upon the availability of appropriated funds from which payment for contract services can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this requirement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. LARGE BUSINESS RESPONDENTS PLEASE NOTE: For this acquisition, a large business is defined under North American Industry Classification System Code 541310 as a firm experiencing average annual revenue exceeding $4.5 million. If the highest qualified respondent is a large business, the resultant contract will include and be subject to the requirements of Federal Acquisition Regulation clause 52.219-9, "Small Business Subcontracting Plan". A Small Business Subcontracting Plan is not required to be submitted with or at the time of submitting the SF330. However, as large business respondents prepare their SF330 submission under this Notice, they should consider the requirements of this clause when determining appropriate subconsultants to propose for this work.The small business subcontracting goals for any resultant contract will be as follows: Small Business - 40% Small Disadvantaged Business - 5% Woman Owned Small Business - 5% Hub Zone Small Business - 3% Service Disabled Veteran-Owned Small Business - 3% Respondent Questions: Questions concerning this Notice will be responded to only if received on or before 2/29/2012. All Questions should be submitted in writing to the attention of Dan Finley, Contracting Officer, at the following addresses: Email - dan.finley@ihs.gov Physical - Division of Engineering Service Indian Health Service 1301 Young St, Suite 1071 Dallas, TX 75202-5433
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/12-161-SOL-00006/listing.html)
- Place of Performance
- Address: 39990 Faure Road, Hemet, California, 92544, United States
- Zip Code: 92544
- Zip Code: 92544
- Record
- SN02682312-W 20120226/120224234608-248c51c418bd510cbbdf08a9e1810259 (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 |