SOLICITATION NOTICE
C -- A-E IDIQ Seeks Qualified Firms to Provide Professional Design Services for Sanitation Facilities Construction Projects for the Oklahoma City Indian Health Service, Office of Environmental Health & Engineering
- Notice Date
- 9/2/2014
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 2462014S0014
- Archive Date
- 10/18/2014
- Point of Contact
- Barry J. Prince, Phone: 2146865377, Judy Perkins, Phone: 405.951.6023
- E-Mail Address
-
Barry.prince2@ihs.gov, judy.perkin2@ihs.gov
(Barry.prince2@ihs.gov, judy.perkin2@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PRE-SOLICITATION NOTICE: RFP/2462014S0014, The Oklahoma City Indian Health Service (IHS), Office of Environmental Health and Engineering (OEHE), seeks qualification statements of Architect-Engineer (A-E) firms to provide professional design services for Sanitation Facilities Construction projects, including other related services and studies at various locations throughout the State of Oklahoma and portions of Kansas and Nebraska. Qualification Statements submitted in response to this notice will be used to select the highest qualified A-E firms for the eventual award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract under which individual projects will be awarded on task orders after a firm fixed-price is negotiated based on various applicable rates established under the basic IDIQ contract with that firm. The resultant IDIQ contract (s) will contain negotiated rates which will be to be used to establish firm fixed-pricing for delivery order projects and will 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. It is the intent of the Contracting Officer to make multiple (up to ten (10)) awards under this solicitation. It is anticipated that the contract awards will be made and work may begin under the resultant contracts after October 6, 2014. The dollar range estimated for most projects and studies that will be awarded under this IDIQ contract is between $1,000.00 and $100,000. However the actual project workload is unknown at this time and higher or lower value projects are possible. The volume of the projects under the contract will be, in part, determined on the awardee's ongoing contract performance record. 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 minimum/maximum delivery order will be $1,000/$200,000. The Contractor shall ensure that work performed under this contract meets the requirements of all laws, regulations, codes and ordinances for the Indian Reservations, counties and states where the IHS projects are located. Qualifications documents submitted in response to this notice will be used to select the highest qualified A-E firms to issue a Request for Proposal (RFP) for various rates and eventual award of Indefinite Delivery - Indefinite Quantity (IDIQ) contracts for which the awardees will be given a Fair Opportunity to compete for individual projects to be subsequently awarded separate task orders (delivery orders); discussions may be held depending in the specific responses to the task order request for proposals based on various applicable maximum rates under the basic IDIQ contract with contractors. Contractors may be required to perform work under multiple task orders at different sites simultaneously. The resultant contracts will be IDIQ contracts. When called for under the Task Orders issued by the Contracting Officer, the Contractor shall provide Architect-Engineer professional services relative to Sanitation Facilities Construction (SFC) requirements for IHS projects that are located within the Oklahoma City IHS service area. THIS ACQUISITION IS A 100% SMALL BUSINESS SET-ASIDE. North American Industry Classification System (NAICS) Code is 541330, Engineering Services, average revenues must be $14 million or less. If considering a Joint-Venture response, the total revenue of all Joint-Venture members is used to determine business size that applies to the Joint-Venture. Responses from all other firms are ineligible for consideration. The highest ranked small business firms will be selected for negotiations based on demonstrated competence and qualifications for the required projects. IMPORTANT NOTICE: In formulating the Qualifications submission, potential respondents should consider that FAR 52.219-14, which will be incorporated into any resultant contract, requires the Prime Contractor to perform services under the contract equivalent to 50% or more of the contract value in personnel costs throughout the life of the contract. This is a positive requirement rather than one where an indication of capacity, capability or willingness to meet these requirements would be acceptable. Respondents should demonstrate in their Qualifications submission how they will meet this requirement. Although the specific project effort awarded under any resultant contract is not known at this time, it is believed to be unlikely a Respondent could reasonably expect to meet this FAR requirement where they propose a Prime Contractor role limited to a single discipline, or possibly even multiple disciplines, where the discipline mix proposed leans towards disciplines typically not heavily utilized in A-E Services for Sanitation Facilities Construction projects. Requirements Overview: The Indian Health Service (IHS) is responsible to provide water, sewage, and solid waste facilities for Native American housing as authorized by Public Law 86-121. Communities range from 15 to 10,000 people. IHS is authorized to design, construct and improve facilities, acquire lands and right-of-way for sanitation facilities projects, and transfer complete facilities to Native American Tribal organizations or other public authorities for operation and maintenance. This is an IDIQ contract. When called for, Delivery Orders will be issued by the Contract Specialist/Contracting Officer, the Contractor shall provide Architect-Engineering professional services relative to Sanitation Facilities Construction (SFC) requirements for IHS projects throughout the portion of the Unites States the Division of Environmental Health and Engineering - Oklahoma City Area is responsible to manage. That region includes the State of Oklahoma and portions of Kansas and Nebraska. The A-E firm's submission should adequately address each Evaluation Criterion. All responsive submissions will be evaluated and ranked using the following criteria, listed in descending order of priority, with items a, b & c being of equal point value, and item d being of higher point value than item e. A-E Design Services Technical Qualifications Evaluation Criteria: a. SPECIALIZED EXPERIENCE - Extent and quality of relevant specialized experience relating to engineering and architectural assessment of sanitation facilities and the planning, design, construction contract administrative support, and post-construction support services relating to sanitation facilities construction for projects serving Native Americans and working in a federal context. 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;  Familiarity with the unique fiduciary responsibilities held by the federal government.  Experience working with federal agencies. b. GEOGRAPHIC PROXIMITY - Location of principal offices, branch offices, staff of the Prime A-E firm and Consultants' offices relative to potential work sites and the Area Offices in the Oklahoma City Area Indian Health Service to increase the efficiency of service delivery and availability during delivery order performance. The majority of work will be done throughout the State of Oklahoma and the following counties in Kansas and Nebraska: Brown, Jackson, Doniphan, Douglas, counties in Kansas and Richardson County in Nebraska. c. PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF NOMINATED TEAM MEMBERS - 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 water and wastewater related • Relevant experience covering the activities outlined in Part II of the SF 330 (Required A-E Services) for each team member. o Assessment, Evaluation and Planning Services o Design Services o Construction Contract Administration and other A-E related services o Post-Construction Contract Services o Integration of Sustainability into Design of Construction and Renovation Projects • Registered Architect and 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) • Cost estimating / value engineering services d. PAST PERFORMANCE - 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 5 similar projects, performed within the last 3 years. 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) e. CAPACITY TO ACCOMPLISH WORK/STABILITY OF FIRM - Demonstrated 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. Responses should identify the project team leader(s) for whom the 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 or since inception if less than these periods. In accordance with the Brooks Act, the A-E firm must be a registered/licensed architectural firm and or engineering firm to be eligible for award. All offerors must provide proof that the firm is permitted by law to practice the professions of architecture or engineering, (i.e. state registration number, a brief explanation of the firm's licensing in states that do not register firms, etc.). Failure the required proof could result in the offerors elimination from consideration. A-E Qualifications Submission Form and Format: Interested firms shall prepare and submit an original plus three (3) copies (identified as such on the face of each) of a recently completed Standard Form (SF) 330 (Parts I and II), Architect-Engineer Qualifications, pursuant to the instructions contained on the SF 330, to the Contracting Officer no later than 3:00 pm., Friday, October 3, 2014. Required copies of SF 330 may be photocopies of the original except for the number identification on the face each. A copy of the SF 330 may be obtained at: http://www.gsa.gov/portal/forms/download/116486. Solicitation packages are NOT provided by the Agency. ADDRESS YOUR SUBMISSION ON THE OUTSIDE OF THE SEALED ENVELOPE TO: Judy Perkins, Contracting Officer Oklahoma City Indian Health Service Office of Environmental Health & Engineering (OEHE) 701 Market Drive, Suite 103 Oklahoma City, OK 73114-8132 SF 330 - Solicitation 2462014S0014 Proposal Due Date: 3:00 pm, Friday, October 3, 2014 ADDITIONALLY, THE SUBMISSIONS SHALL INCLUDE AN INSERT DETAILING THE FOLLOWING INFORMATION PLACED IN THE FRONT OF THE SUBMISSION: • Primary Point of Contact, telephone number, & email address • Dun and Bradstreet (DUNS) Number • Tax ID Number (TIN) • A copy of Errors and Omissions Insurance Policy • A copy of their State Licensure • A statement that confirms that the firm IS currently (or that you have applied for) in the System for Award Management (SAM) database (http://www.sam.gov) (see SAM below). Only those firms which submit the Standard Form 330 by receipt date/time specified in this announcement will be considered for selection. NOTE: It is solely the Contractor's responsibility to ensure that the submittal is received by the Contracting Officer by the specified date and time. When completing the SF 330, include information on the key team members you would 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 SF 330 for the entire team. The submission consists of the Respondent's to the Evaluation Criteria. No pricing information shall be stated in the Response. The total page count for the Response for Parts I and II of SF 330 is forty-five (45) pages, including all pages that are supplemental to the SF 330. The SF 330 shall be prepared using a size 11 or higher standard font. Page(s) exceeding the total page limit factor listed in these instructions shall be disregarded and not evaluated. NOTE: The Response shall NOT be "hole" bound or stapled but bound utilizing a side grip folder or other type of clamping folder to facilitate ease of removal by the Government for scanning or copying. A cover letter on the Respondents stationary (provided it is of a paper color that can be copied or scanned and remain readable) or otherwise identified, may be submitted that is no more than two (2) pages in length. The cover letter will not count towards the page limit. Utilize the identical cover letter for each set of the Response. Submissions are expected to conform to the requirements of the FBO Solicitation Notice and be prepared in accordance with this section. To aid in evaluation, the submission shall be clearly and concisely written as well as neat, indexed (cross indexed as appropriate) and logically assembled. While the SF 330 provides for proper identification of the submission, each page that is supplemental to the SF 330 shall be appropriately numbered and clearly marked with the name of the respondent, the date, and the solicitation number. CAUTION: It is highly recommended that the actual SF 330 Form, Architect-Engineer Qualifications, be used for your submission, along with any necessary supplemental pages. IF YOU DO NOT USE THE SF 330, YOUR SUBMISSION SHALL FOLLOW THE PRECISE FORMAT AND SEQUENCE OF THE SF 330 TO FACILITATE EVALUATION. SUBMISSIONS THAT DO NOT STRICTLY FOLLOW THE FORMAT OF THE SF 330 MAY BE DETERMINED AS NON-RESPONSIVE TO THE REQUIREMENTS OF THIS NOTICE AND NOT EVALUATED FURTHER. IHS may complete A-E Selection(s) based solely upon initial Respondent submissions without discussion. Therefore, respondent should not presume they will have an opportunity to clarify any aspect of the initial submission. However, 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 Interview Stage will be added to the evaluation process. All contractors are advised that registration in the Systems for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at http://www.sam.gov. Completion of the electronic annual representations and certifications are also mandatory prior to the award of a contract. Any amendments to this acquisition will be posted on the FedBizOpps (FBO) internet site. NOTE: Interested parties are responsible for monitoring this FBO site to ensure that they have the most up-to-date information regarding this acquisition. All questions shall be directed via email to Barry J. Prince, Contract Specialist (Contractor) at Barry.prince2@ihs.gov, with a copy to Judy Perkins, Contracting Officer, at Judy.perkins2@ihs.gov. No telephone calls will be accepted. Parties are warned that they shall not have contact with any member of the IHS Professional Engineers on the Source Selection Board.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/2462014S0014/listing.html)
- Place of Performance
- Address: OKlahoma with portions of Kansas and Nebraska, Oklahoma City, Oklahoma, 73114, United States
- Zip Code: 73114
- Zip Code: 73114
- Record
- SN03492535-W 20140904/140903000221-6aebcbbfd95ca365918f051e308a6902 (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 |