Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2025 SAM #8471
SOLICITATION NOTICE

C -- IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ

Notice Date
2/3/2025 12:47:54 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70125R00018
 
Response Due
2/16/2025 12:00:00 PM
 
Archive Date
03/03/2025
 
Point of Contact
Taylor Kanthack, Phone: 2404781501, Jenny Scroggins
 
E-Mail Address
taylor.kanthack@ihs.gov, jenny.scroggins@ihs.gov
(taylor.kanthack@ihs.gov, jenny.scroggins@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Pre-Solicitation Notice and this synopsis is issued to provide a notice to the public for project information to be performed in support of the Indian Health Service (IHS). A Sources Sought was issued on 29 October 2024 in order to conduct Market Research. The Solicitation is anticipated to be available on or about 17 February 2025, on www.sam.gov, under the planned solicitation number 75H70125R00018. 1. CONTRACT INFORMATION: The Division of Engineering Services (DES), 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. Work to be performed under this IDIQ shall include the IHS Area Offices and their surrounding coverage areas across the United States: Albuquerque, Bemidji, Great Plains, Oklahoma City, Nashville, Navajo, Phoenix, and Portland. Each of these areas has a unique group of Tribes that they work with on a daily basis. The A-E firm shall assist IHS in providing professional design and engineering services. Requirements will vary for each individual task order and will be defined by separate scopes of work. DES intends to award up to ten (10) 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 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 capacity of $5,000,000.00 per contract is reached, whichever is earlier. The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years. 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. 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. Preference will be given to Indian Owned Firms. Details of the preference will be discussed in Request for Qualifications. 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) 15 and FAR 36.6. The selection process will consist of the initial evaluation of the SF-330s' and determination of the highest rated firms to move into discussions. All firms not selected will be notified. After discussions have concluded, up to ten (10) of the most highly rated firms selected will receive the solicitation for pricing and subsequent price negotiations. 3. PROJECT INFORMATION The Indian Health Service is seeking consultants to provide professional services related to the planning, design, construction contract administration, and construction support services on SFC requirements for various Indian Health Service and Tribal facilities. Work on specific projects under this contract will not be requested or required except when the Contracting Officer awards task orders under the IDIQ contract for such work. The A-E Services that may be required under this contract include, but are not limited to: Community water systems, including source development (springs/groundwater wells), water treatment, water storage facilities, booster stations, distribution piping, fire suppression features, point-of-use (domestic) metering, hydraulic modeling, and pipe installation methods, including directional drilling, directional boring, pipe bursting, cast-in-place pipe and open trench Community wastewater systems, including facultative lagoons, constructed wetlands, mechanical wastewater treatment processes, gravity collection systems, variable grade/low pressure sewer collection/conveyance systems, sewage lift stations, sewer force mains, and individual on-site wastewater treatment systems, including conventional, mound-type, and alternative systems. Solid waste facility planning and design, including feasibility studies, site assessments, environmental compliance and permitting, and operation review. Accessory facilities such as utility crossings of roads, arroyos, and railways; earthwork, including soils and gravel excavation and placement; concrete work (structural and non-structural); roads; drainage; dikes; fencing; and electrical control systems, including SCADA, programmable logic controls, and radio telemetry For the purpose of this requirement, the following services may be performed by the A-E during the following three general phases of a project: Pre-Design Phase, referred to as �A� Services, includes, but is not limited to, the following services: Programming (e.g., Hydrogeologic Studies, Feasibility Studies, Hydraulic Modeling and Analysis, Cost Estimating, etc.) Preliminary Engineering Reports (PERs) Engineering Support Services (e.g., Surveying, Geotechnical Investigations, Floodplain Studies, etc.) Design Phase, referred to as �B� Services, are inclusive of: Schematic Design Value Analysis and Value-Based decision making Design Development Construction Documents Construction Contract Administration Services, referred to as �C� Services, includes, but is not limited to, the following services: Pre-Construction Phase Services Construction Progress Site Visits Construction Submittals and RFI Reviews Architect�s Supplemental Instructions (or Engineer�s Supplemental Instructions Change Order Reviews Construction Inspections Pre-Final and Final Inspections Record Drawings Operations and Maintenance Manuals Start-Up Services (i.e., Commissioning) Warranty Inspections Additionally, projects may require the following additional services: Compliance Services Research Inventory, Resource Surveys, Wetlands Delineations Historic Structure and Cultural Landscape Reports and Assessments National Environmental Policy Act (NEPA) Compliance Section 106 and National Historic Preservation Act (NHPA) Compliance Other Environmental Compliance (i.e. fish habitat restoration, biological assessments, statement of findings for floodplains and wetlands, coastal zone management consistency determinations, etc.) Regulatory Compliance (i.e. water, sewer, solid waste, hazardous materials abatement, contaminated sites, etc.) Permitting Environmental Water treatment system permits Wetlands removal-fill permits Wastewater discharge permits Hazardous materials transport/disposal permits
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/38ab363617354db28bb171fc96c74fb2/view)
 
Place of Performance
Address: Seattle, WA, USA
Country: USA
 
Record
SN07330546-F 20250205/250203230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.