Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

C -- Sanitation A/E Services IDIQ Portland Area - Attachment (1)

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering 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
15-102-SOL-00018
 
Archive Date
10/10/2015
 
Point of Contact
John W Fannon, Phone: 2066152453, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Qualification Inquiries (PQI). This acquisition is a Total Small Business Set-Aside. The North American Industry Classification (NAICS) Code is 541330. To be considered a small business under NAICS Code 541330, Engineering Services, average annual revenues must be $14 Million or less. In accordance with and pursuant to FAR 36.6, the Portland Area Indian Health Service (IHS), Division of Sanitation Facilities Construction, is seeking qualification statements of Architect-Engineering firms to provide professional services related to the planning, design, construction contract administration, post construction contract services, and facility maintenance support services of sanitation facility projects for the Portland Area Indian Health Service, Division of Sanitation Facilities. The Portland Area Indian Health Service, Division of Sanitation Facilities (IHS) is responsible for providing water, sewer and solid waste facilities for housing for American Indian/Alaska Native people living on or adjacent to Reservations throughout Washington, Oregon, and Idaho, as authorized by Public Law 86-121. Community sizes typically range from 15 to 3,000 people. Under this sanitation facilities construction program, IHS is authorized to design, construct, and improve facilities, acquire lands and right-of-way for sanitation facilities projects, and transfer complete facilities to Indian Tribes or other public authorities for operation and maintenance. Qualification Statements (SF-330s) submitted in response to this notice will be used to select the most highly qualified A/E for award of a Firm Fixed Price (FFP), Indefinite Delivery - Indefinite Quantity (IDIQ) contract. 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. The resulting contract will be for a base period of three hundred and sixty five (365) calendar days with four (4) one (1) year options that may be unilaterally exercised by the Government. The IDIQ contract will contain negotiated rates for use to establish firm fixed-prices for delivery order projects. IHS anticipates awarding one IDIQ contract to one firm as a result of this Request for Qualifications. Professional Engineering Requirements: All work that meets the definition of the practice of engineering must be completed under the supervision of a responsible registered professional engineer, as outlined in the following IHS policy in the Indian Health Manual Part 3, Chapter 24: http://www.ihs.gov/ihm/index.cfm?module=dsp_ihm_pc_p3c24 Services include, but are not limited to: a. Planning Services: site investigations; site surveys; 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: development of engineering reports, designs, capacity analyses, schematic, conceptual and final designs; computer aided drafting and design (CADD); permitting; construction documents including drawings, specifications, bidding/contracting documents, and 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; training operators and maintenance staff on the use of facilities and equipment; preparing operation and maintenance manuals; preparing record drawings; issuing certificates of completion; and preparing record drawings and specification(s). It is estimated there will be 4-10 task orders during the first year with the most common price magnitude per task order ranging from $25k-$100k. Although it is required that the A&E be able to provide the full scope of required services. Minimum guaranteed amount to be awarded against this contract is $5,000.00 and the total maximum amount of all combined awarded task orders will Not To Exceed $1,000,000.00 over the life of the contract. All interested firms are required to submit five (5) copies of a recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, which are due to the Contracting Officer no later 1300 (1 P.M.) Pacific Time on 9 September 2015. 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. 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. 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. You may submit supplementary information that illustrates your firm's ability to meet the evaluation criteria listed below (A/E Design Services Technical Qualification Evaluation Criteria). Supplementary information shall not exceed five (5) 8.5"x11" pages. 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. Respondent(s) 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. Address your submission as follows: SF330 - 15-102-SOL-00018 Attn: John Fannon (Contract Specialist) IHS Division of Engineering Services - Seattle 701 5th Street Suite 1600, Mail Stop RX-24 Seattle, WA 98104 john.fannon@ihs.gov All Respondent(s) 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. IHS may complete a short list of or a final selection of A-E Respondent(s) based solely upon initial Respondent submissions without discussion. Therefore, respondent(s) should not presume they will have an opportunity to clarify any aspect of the initial submission. Respondent(s) included on the developed short list may be required to attend a face-to- face interview with the Source Selection Board members. Appropriate Respondent(s) would be notified when and if the Interview Stage is added to the evaluation process. All responses will be evaluated by the following criteria, listed in descending order of importance: A/E Design Services Technical Qualification Evaluation Criteria. 1. Professional Qualification and Experience 2. Management Plan and Team Organization 3. Geographic Proximity 4. Past Performance 5. Specialized experience CRITERION 1: 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 the following: Water - supply, treatment, distribution, and storage Wastewater - collection, treatment, and disposal Solid Waste - collection, transport, and disposal CRITERION 2: 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. CRITERION 3: 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 located on land held in Trust by the federal government for federally-recognized Tribes distributed throughout Washington, Oregon, and Idaho, although some projects may occur on land that falls under State jurisdiction (i.e. fee land). The greatest concentration of work is expected in Washington. CRITERION 4: 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, at 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. CRITERION 5: 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 with Tribes or with American Indian/Alasksa Native communities. Examples include, but are not limited to: Experience working with small communities and the special considerations associated with small water and sewer utility organizations; Experience working with the rules promulgated under the Safe Drinking Water Act. Experience assisting clients in complying with federal environmental protection rules and laws associated with the National Environmental Protection Act (NEPA); Experience working with American Indian/Alaska Native communities: Experience working with federal agencies that fund and/or regulate sanitation facilities on Tribal land or in American Indian/Alaska Native communities. Capacity to Accomplish Work Project team's capacity to perform and respond to a varying and uncertain workload in a timely manner and the stability/solvency of the firm. Pre-Qualification Inquiries (PQI). If you determine that the contractual requirements of this RFQ require clarification(s) in order to permit submittal of a responsive qualification you may submit an inquiry for clarification. All inquiries shall be submitted in writing. The pre-qualification inquiry format is provided in attachment (1), Pre-Qualification Inquiry Form. Pre-Qualification Inquiry Form(s) shall be submitted via e-mail to: John.fannon@ihs.gov and to Paul.reed@ihs.gov. Pre-Qualification Inquiry Form(s) will be accepted up to 5 days prior to due date of the qualifications. A response will be provided via an Amendment to the RFQ. Contracting Office Address: Indian Health Service, Division of Engineering Services - Seattle 701 5th Avenue, Suite 1600, Mail Stop RX-24 Seattle, Washington 98104
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/15-102-SOL-00018/listing.html)
 
Place of Performance
Address: Place of Performance: Washington, Oregon and Idaho., United States
 
Record
SN03825816-W 20150807/150806000013-624604e169be7513df622b7907e57220 (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.