COMMERCE BUSINESS DAILY ISSUE OF MARCH 15, 2001 PSA #2808
SOLICITATIONS
C -- ARCHITECT/ENGINEERING SERVICES TO PROVIDE DESIGN SERVICES FOR THE EXPANSION AND RENOVATION OF THE GALLUP INDIAN MEDICAL CENTER (GIMC), GALLUP, NEW MEXICO.
- Notice Date
- March 13, 2001
- Contracting Office
- Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433
- ZIP Code
- 75202-5433
- Solicitation Number
- RFP/161-01-0029
- Response Due
- April 23, 2001
- Point of Contact
- Barry J. Prince, Contracting Officer, (214) 767-6613
- Description
- Architectural/Engineering Services to provide design services for the Expansion and Renovation of the Gallup Indian Medical Center (GIMC), Gallup, New Mexico. Construct approximately 4,034 GSM of new space; renovate approximately 1,102 GSM of existing space; and demolish approximately 640 GSM to accommodate new space. The new space will house Internal Medicine, Family Practice and OB/GYN Clinics, Outpatient Pharmacy, Medical Records and Staff and Public Facilities. The vacated space will enable expansion of: Surgical Clinic, Education & Training, a new Coders section of the Business and Walk-in Clinic and portions of Property and Supply. The project will be phased design and construction. The estimated construction cost of the first phase is $5.5 million. The design of the first phase (through construction documents) is to be completed within an estimated twelve months after receipt of award. Additional design phases may be negotiated as the project design progresses. The evaluation factors for this A/E selection are listed below in descending order of priority with evaluation factors (2) and (3) being of equal point value and items (5) and (6) being of equal point value: (1) PROFESSIONAL QUALIFICATIONS OF FIRM AND ALL CONSULTANTS -- for design and renovation of health care facilities of projects of similar size; length of time firms has been established; (2) SPECIALIZED EXPERIENCE AND PROFESSIONAL QUALIFICATIONS OF KEY STAFF OF FIRM AND ALL CONSULTANTS TO BE ASSIGNED TO THIS PROJECT -- Include specific design ability in health care facilities, and document experience in commissioning, energy management control systems, project management software, and partnering; (3) OVERALL SPECIFIC PERFORMANCE AND EXPERIENCE -- document experience in fast tracked projects, phased construction, scheduling, budgeting, estimating, etc. in operational health care facilities; (4) LOCATION OF OFFICE OF FIRM(S) AND CONSULTANTS -- travel between the prime firm and consultants and the project location and ability to communicate electronically with consultants and the Government; (5) DESIGN EXPERIENCE WITH FEDERAL GOVERNMENT (IN PARTICULAR IHS) AND WITH NATIVE AMERICAN CULTURES (IN PARTICULAR THE NAVAJO CULTURE) -- specific experience and/or plan for addressing each; (6) QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) -- provide information on your firm's QA/QC procedures to ensure plans and specifications are complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. THIS PROCUREMENT IS SET-ASIDE UNDER THE BUY INDIAN ACT, FOR FIRMS THAT ARE AT A MINIMUM 51 PERCENT INDIAN OWNED, CONTROLLED, AND OPERATED. In accordance with the Public Health Service Acquisition Regulation (PHSAR) Paragraph 380.503(E), under a 51 percent Buy Indian Set-Aside, not more than 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, the work to be performed does not include the provision of materials, supplies, or equipment. In order for an Indian firm to prove they meet the qualifications requirement of the Buy Indian Set-Aside restriction, i.e., offerors who are currently certified by the Indian Health Service (IHS) or the Bureau of Indian Affairs (BIA) as an "Indian Firm," they need to submit their certification (Tribal Affiliation and Degree of Indian Blood) with their SF 254/255. Offerors who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the "Buy Indian Act." Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest and the certification described above; (2) TWO Standard Form 254's, A/E and Related Services Questionnaire for the Firm and All Consultants; and (3) TWO Standard Form 255's, A/E and Related Services Questionnaire for Specific Projects to: Barry J. Prince, Contracting Officer, Indian Health Service, Engineering Services -- Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433, no later than 4:00 p.m. (Dallas time), Monday, April 23, 2001. Electronic transmission of documents, (i.e. e-mail, facsimile) will NOT be accepted.
- Record
- Loren Data Corp. 20010315/CSOL001.HTM (W-072 SN50G0T2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|