SOLICITATION NOTICE
C -- Indian Health Services Nationwide A/E Multiple Award IDIQ - Request for Qualifications Attachments
- Notice Date
- 5/4/2018
- 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-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
- ZIP Code
- 98104
- Solicitation Number
- 18-102-SOL-00028
- Point of Contact
- Matt D. Sanders, Phone: 2063747302, Melissa Warmath,
- E-Mail Address
-
matt.sanders@ihs.gov, melissa.warmath@ihs.gov
(matt.sanders@ihs.gov, melissa.warmath@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 4 - Statement of Work Attachment 3 - Pre-Qualification Inquiry Form Attachment 2, Past Performance Questionnaires Attachment 1, SF 330 This Solicitation was previously released as a pre-solicitation notice/sources sought under number 17-161-SOL-00067. REQUEST FOR SF330s 1. CONTRACT INFORMATION: The Division of Engineering Services (DES) Dallas, Indian Health Service (IHS), an agency of the Department of Health and Human Services is seeking qualified Architect-Engineering (A/E) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for Architectural and Engineering Services for IHS facilities located nationwide. Facilities locations are in twelve (12) physical areas of the United States: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland and Tucson. See map located here: https://www.ihs.gov/locations/ Each of these areas has a unique group of Tribes that they work with on a daily basis. The A/E firm shall furnish the necessary personnel, management, supplies, equipment, materials, instruments, facilities and transportation and other items necessary to provide professional and technical services related to the planning, design and construction contract administration, and other A/E related services and studies at various Indian Health Service and Tribal health facilities located nationwide. The A/E firm shall be required to provide services in all geographic regions serviced by the Indian Health Service. Requirements will vary for each individual Task Order and will be defined by separate scopes of work. Health facilities include health care clinics, wellness centers, support buildings, and associated infrastructure ranging in size from 1,000 square feet to 50,000 square feet. Under the Health Facilities Engineering (HFE) program, IHS conducts projects to perform major maintenance, periodic repair of building components, and facility improvements. Design and construction contract administration work will typically be carried out in accordance with the most recent version of the IHS A/E Design Guide: https://www.ihs.gov/des/publications/ DES intends to award multiple (up to twelve) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts that will be for a base period of one (1) year from the date of award with four (4) options to potentially extend the term of the contract for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract amount of $10,000,000.00 per contract awarded is reached, whichever is earlier. All IDIQ contract holders shall be responsible for performing A/E services in all twelve (12) IHS geographic Areas. The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years, which will be satisfied with the award of the first task order. The minimum value of any individual Task Order is $1,000.00 with a maximum Task Order value of $2,000,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved. Point of Contact: Matt Sanders, Contract Specialist; matt.sanders@ihs.gov Division of Engineering Services (DES) Seattle, 701 Fifth Avenue #1650, Seattle, WA 98104 2. SET-ASIDE INFORMATION: This procurement is being competed as a 100% small business set aside for all A/E firms under the primary North American Industry Classification System (NAICS) Code 541330, Engineering Services. The size standard is $7.5 Million. The Government will only accept qualifications from small business concerns. All other firms are deemed ineligible to submit offers. Offerors submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov). This procurement will follow the procedures established in the PL 92-582 (the Brooks Act), Federal Acquisition Regulation (FAR) Part 15 and FAR Subpart 36.6. The selection process will consist of the initial evaluation of the Standard Form (SF)-330's resulting in a determination of the highest rated firms. The Government reserves the right to hold discussions if it is deemed necessary. Therefore, respondents should not presume they will have an opportunity to clarify any aspect of the initial submission. All firms not selected will be notified of their exclusion. After the determination of the eight to twelve (8-12) highest rated firms have been made, the selected firms will receive the solicitation for pricing and subsequent price negotiations. 3. INSTRUCTIONS TO OFFERORS Qualified firms desiring consideration shall submit their proposal electronically to Matt Sanders, Contract Specialist, via email at matt.sanders@ihs.gov containing: (1) SF-330, Part I and Part II - Architect-Engineer Qualifications and a signed copy of any and all SF30 (Amendments) issued for this RFQ; and (2) the submission requirements contained in Section 4 (Paragraphs 1-6), Evaluation Criteria, of this advertisement. An SF330 (Attachment 1) is also required for each consultant or joint firm. The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486. Submission packages for each firm is limited to 60 pages exclusive of indexing tabs, project photos or drawings with brief captions and Past Performance Questionnaires submitted. Font shall be no less than 12 point font, single-spaced with 1.5 line spacing, margins no less than 1/2", and page size of 8.5" x 11". (A page is defined as each face of a sheet of paper containing information. When both sides of a sheet of paper display printed material, it shall be counted as two (2) pages.) Submissions are due by 2:00 pm (PST), 4 June 2018 to Matt Sanders, Contract Specialist, via email at matt.sanders@ihs.gov with solicitation number 18-102-SOL-00028 noted. Fax submissions are not acceptable. Non-responsive submissions will not be considered by the A/E selection board. Note: The Government is unable to receive files larger than 8 MB. If your file is sent in multiple emails please number them (# of #) with this solicitation number so the Government identifies it received the complete package. 4. EVALUATION CRITERIA: Submissions received in response to this notice will be evaluated by a board of professional engineers and others in accordance with FAR Subpart 36.6 and PL 92-582 (Brooks A/E Act). The evaluation board will hold discussions with the top eight to twelve (8-12) most highly qualified firms during the final selection process. The evaluation factors listed below shall be tabbed/bookmarked accordingly and addressed in Part H of the SF-330. Offerors responding are requested to clearly indicate those required services it intends to self-perform and those it intends to subcontract. IHS shall evaluate each potential offeror in accordance with the following evaluation criteria. Each submission will undergo a technical evaluation and will be assigned an adjectival rating utilizing the evaluation factors below. The (importance of factors in descending order): Factor 1. Professional Qualifications and Experience a. The offeror shall describe its professional qualifications and those of its proposed subcontractor and key personnel anticipated to provide services under this contract, as related to health facilities and associated structures: Assessment, Evaluation and Planning Services, Design Services, Construction Contract Administration Support Services, Integration of Sustainability into Design of Construction and Renovation Projects completed within the last seven (7) years. b. The offeror shall identify the roles of its key personnel by providing resumes for its proposed key personnel that include credentials, education, registrations, relevant experience, and the role to perform IHS's requirements. Factor 2. Specialized Experience and Technical Competence. a. The offeror shall describe its proposed experience and subcontractor(‘s') experience performing engineering and architectural assessment of health facilities and the planning, design, construction contract administrative support, and facility maintenance support services relating to small facility renovations, expansions, maintenance, improvement and environmental projects at rural health centers within the past seven (7) years. Experience serving American Indians and Alaska Natives and/or working in a federal context within the past seven (7) years will be rated more favorably. This includes experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. b. The offeror shall also describe its experience working with its proposed subcontractors and key personnel. c. The offeror shall indicate which projects and describe experience and/or interaction with any tribal nations or groups, federal agencies, and/or commercial entities. The offeror is encouraged to describe problems/issues/concerns encountered on projects and describe the corrective action taken to resolve them. Factor 3. Management Plan & Limitations on Subcontracting. a. Offerors shall submit a management plan and demonstrate the degree to which the management plan and team organization, including degree of principle participation, 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. a. In accordance with FAR Clause 52.219-14, "Limitations on Subcontracting", small business prime contractors must self-perform services equivalent to 50% or more of the contract value in personnel costs throughout the life of the contract. Offerors shall demonstrate and clearly describe their ability to meet the 50% requirement of A/E services in-house. b. All Mechanical, Electrical, and Plumbing (MEP) design services provided under this IDIQ contract shall be performed in-house without use of subcontracting. Firms shall demonstrate and clearly describe their ability to provide MEP design services as a prime contractor using in-house employees only throughout the life of the contract. Factor 4. Past Performance. a. While submission under this factor is not required, if a firm so chooses, firms shall have clients complete Past Performance Questionnaires (Attachment 2). The completed Past Performance Questionnaires are to be submitted with the firm's SF330 package or the client may submit directly to Matt Sanders via email to matt.sanders@ihs.gov if the client so chooses. Clients should be knowledgeable of the firm's past performance and be willing to be interviewed by the Government. b. While the exact format of the attached Past Performance Questionnaires is not required, a submitted past performance questionnaire shall include the minimum specifics for each project submitted including, but not limited to, the following information: • Project description, total contract amount, dates, and client information; • Initial award date and amount and final completed contract date and amount and description for differences, if applicable; • Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to Schedule, Cost Control, and Customer Satisfaction; • Question to be answered by client - "Would you award this firm another contract?" c. Firms shall have previous clients submit Past Performance Questionnaires for design and construction projects that are the same as the projects included in its proposal for Relevant Experience. Ensure correct phone numbers and email addresses are provided for the client point of contact. d. The offeror shall submit a minimum of three (3) with a maximum of five (5) past performance questionnaires submitted by their clients. e. Firms are encouraged to describe problems encountered on projects submitted for past performance and describe the corrective action taken to resolve the issue(s). Firms may also submit recognition documents received in the last five (5) years, such as awards from clients, customers or professional organizations received within the last five (5) years. f. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company's subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm. g. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm. Factor 5. Capacity to Accomplish the Work. a. Current and planned workload - The offeror shall describe its internal and subcontractors' current and planned one (1) year workload and how the firm plans to ensure that they have the capacity to accomplish IHS requirements as they arise. Factor 6. Geographic Capability. a. The proposed IDIQ contract shall be for nationwide services. Offeror shall demonstrate that it can perform all required services as stated in the SOW within any of the twelve (12) IHS geographic Areas nationwide. b. The offeror shall provide which geographic areas they are best prepared to provide A/E services, and any areas they would prefer not to provide services, or areas they do not believe they would be able to provide cost competitive services. Pre‐Qualification Inquiries (PQI): If you determine that the contractual requirements of this RFQ require clarification(s) in order to permit submittal of an acceptable or responsive qualification you may submit an inquiry for clarification. Pre‐Qualification Inquiries (PQI), see Attachment 3, shall be submitted via e‐mail to: matt.sanders@ihs.gov. Pre‐Qualification Inquiries will be accepted up to 5 days prior to due date of the qualifications. Responses to PQIs will be provided via amendment to this RFQ. Oral questions or those submitted by facsimile will not be answered. Questions directed to any other IHS or DES employee other than Matt Sanders (identified above) will not be answered. 5. PROJECT SUMMARY Reference the Statement of Work for a full description of A/E requirements. This acquisition is for the award of multiple IDIQ contracts to provide A/E professional services to support all twelve IHS regional areas. IHS is seeking consultants to provide professional services related to the planning, design, construction contract administration, facility maintenance support services on facilities design projects and other A/E related services and studies at various Indian Health Service and Tribal health facilities, including major medical centers, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters and support facilities. Work on specific projects under this contract will not be requested or required except when the Contracting Officer awards delivery orders under the contract for such work. The A/E Services that may be required under this contract include, but are not limited to: • Consulting services • Reports (planning and programming) • Investigations • Site selections • Design concepts • Preliminary drawings • Specifications • Final working drawings • Review and recommendation for approval of shop drawings, samples, and equipment data • Construction administration • Construction inspection • Other similar items 6. ADDITIONAL INFORMATION Late responses are subject to FAR Provision 52.215-1. Attachments to this solicitation: Attachment 1 - Standard Form 330 (SF330) (The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486.) Attachment 2 - Past Performance Questionnaire Attachment 3 - Pre Qualification Inquiry Form Attachment 4 - Statement of Work for National A/E IDIQ This is not a Request for Proposal; therefore, do not provide information on pricing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/18-102-SOL-00028/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04911459-W 20180506/180504230613-cc42a646c09896771e130025d29d5922 (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 |