|
COMMERCE BUSINESS DAILY ISSUE OF september 25,1995 PSA#1438Dept of Health and Human Services, Public Health Service, Office of
Engineering Services, Region X, 2201 Sixth Ave., RX-24 Rm 710, Seattle,
WA 98121 C -- A/E REQUIREMENTS TYPE INDEFINITE DELIVERY CONTRACT (IDC) FOR THE
STATES OF WASHINGTON, OREGON, AND IDAHO Contact Valerie Heiden,
Contract Specialist or Anthony F. Mammoser, Contracting Officer at
(206) 615-2454. This master A/E Requirements Type Indefinite Delivery
Contract (IDC) shall provide for the issue of delivery orders (DO)
involving design and construction phase A/E services for improvements
and remodeling of clinical and clinical support areas at various
DHHS/Indian Health Service or Tribally-owned health care centers and
health-related facilities projects located in Idaho, Oregon, and
Washington. The projects may range in scope from code compliance
inspections and reports, to complete design services, master plan
studies, feasibility studies, surveys, geotechnical investigations,
construction administration and inspections. Estimated anticipated
workload is 30 percent architectural, 30 percent mechanical
engineering, 30 percent electrical engineering, and 10 percent other
engineering services. Asbestos abatement and/or hazardous materials
related to the design may be required but will be incidental to other
design services and will not exceed 25 percent of the DO design fee.
Primary asbestos abatement and/or hazardous materials projects,
environmental assessments, and value engineering studies will be
acquired via separate contracts. The scope includes incidental
interfaces with the remodeling of staff quarters and public spaces. The
contract shall be for one-yr period with options for four additional
one-yr periods. The average DO is expected to be $25,000. The total
estimated fee to be paid for the contractor's services performed under
the contract is $200,000 per year. These estimates of the average DO
and probable needs are for information only and are not intended to
imply that the estimates are an exact indication of the average DO or
total services that will be required. Reference FAR 52.216-19, DO
Limitations: The individual DO limitation shall be: (a) Minimum: $500;
and Maximum: (1) The single/combination item DO maximum limitation
shall be $100,000; (2) the 30-day aggregate DO maximum shall be
$100,000; and (3) the yearly aggregate DO maximum limitation shall be
$400,000. No individual DO shall exceed $100,000. The contractor shall
have in-house capabilities to do architectural, mechanical,
electrical, structural, civil, geotechnical, cost estimating, asbestos
and/or hazardous materials, and construction support services or have
consulting firms' services available. The contractor may be required
to use standard DHHS specifications. The use of the latest AutoCAD
Release or compatible shall be required in the preparation of contract
drawings. All measurements, dimensions, etc. shall be metric (SI). The
design of architectural, mechanical, electrical, structural, civil, or
other engineering features of the work shall be accomplished or
reviewed and approved by architects or engineers registered to practice
in the particular professional field involved in a State or possession
of the United States, in Puerto Rico, or in the District of Columbia.
The following information should be provided; business arrangements
for normal consultants/subcontractor services (architectural,
mechanical, electrical, structural, civil, geotechnical, cost
estimating, asbestos and/or hazardous materials, and construction
support) should be described to include an organizational chart listing
names of key personnel and their titles; a statement indicating
willingness to participate, signed by a principal member of each
proposed consultant, should be furnished; if offerors are currently
certified by IHS or the Bureau of Indian Affairs (BIA) as an ``Indian
Firm'', provide this certification along with their SF-254 and SF-255;
if offerors are not currently certified by IHS or BIA, provide proof
(Certification of tribal affiliation and degree of Indian blood issued
by BIA is acceptable proof) that the owner meets the definition of
``Indian''; in Part 10 of SF 255, provide descriptions of no more than
two projects listed in Part 8 of SF 255 demonstrating the experience
and expertise required in the evaluation factors; provide current names
with telephone numbers of prenotified references associated with each
described project. Verifiable documentation should be provided to
support each of the following evaluation factors, listed in descending
order of importance: (1) Specialized experience and technical
competence of the A/E's key personnel or team members in all applicable
aspects of improvements and remodeling of health care centers, and
other health-related facilities, including experience by all
disciplines in design, construction methods, systems maintainability
and reliability, in cold, rural, and remote regions. (2) Past
performance in last five years on contracts with Government agencies
and private industry in terms of cost control, quality of work, and
compliance with performance schedules. (3) Professional qualifications
of the A/E's key personnel team members necessary for satisfactory
performance of required services. (4) Demonstrated expertise and
experience in working as a team, if applicable, with listed
consultant(s)/subcontractor(s), and ability to effectively manage
multiple-firm teams. (5) Capacity to respond and accomplish the work in
the required time. (6) Knowledge and experience by the principal
contractor and consultant(s) in the following states and location in
the general geographic proximity to sites in Idaho, Oregon, and
Washington. Pertinent statements relative to the evaluation factors
should be included in Part 10 of SF 255. The contractor, or its
subsidiaries or affiliates who perform the A/E design for the DO
projects, shall not be eligible for award of any subsequent
construction contracts for those projects. The proposed contract listed
here is set-aside under the Buy Indian Act for 100 percent
Indian-owned, operated, and controlled firms. NOTE: In accordance with
the Public Health Services Acquisition Regulation paragraph 380.503(e)
not more than fifty (50) percent of the work to be performed under a
prime contract awarded pursuant to the Buy Indian Act shall be
subcontracted to other than Indian firms. For this purpose, work to be
performed does not include the provision of materials, supplies, or
equipment. All responsible sources may submit a SF-254 and a SF-255
which shall be considered by the agency. Submittals must be received by
2:00 P.M., local time, October 30, 1995. Submittals, in triplicate, to
be sent to DHHS/PHS/Office of Engineering Services, Region X, 2201
Sixth Ave., Rm 710, RX-24, Seattle, WA 98121. Control Number is
102-AE-96-0004. (263) Loren Data Corp. http://www.ld.com (SYN# 0027 19950922\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|