COMMERCE BUSINESS DAILY ISSUE OF JULY 9, 2001 PSA #2888
SOLICITATIONS
C -- ARCHITECTURAL/ENGINEERING SERVICES FOR SANITATION FACILITIES PROJECTS FOR THE SACRAMENTO, CA INDIAN HEALTH SERVICE AREA OFFICE.
- Notice Date
- July 5, 2001
- Contracting Office
- Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433
- ZIP Code
- 75202-5433
- Solicitation Number
- 161-01-0039
- Response Due
- July 26, 2001
- Point of Contact
- Nancy Carter, Contract Specialist, (214)767-8587
- Description
- The Indian Health Service (IHS), Engineering Services Dallas, is issuing this "SOURCES SOUGHT" notice to locate firms in the Sacramento, CA area that are at a minimum 51 percent Indian owned, controlled, and operated, to provide A/E services in support of sanitation facility projects (P. L. 86-121) for the California Area IHS. Design services, post-construction contract services, and construction inspection services are within the scope of this contract. A/E firms in other geographic areas may also respond. 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., currently certified by the Indian Health Service (IHS) or the Bureau of Indian Affairs (BIA) as an Indian firm), certifications (Tribal Affiliation and Degree of Indian Blood) must be submitted with the 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. An Indefinite Delivery Indefinite Quantity contract will be awarded for one basic year (365 days or $400,000, whichever occurs first). Four one-year options which may be exercised at the Government's discretion. Specific projects will be accomplished by negotiation and issuance of individual delivery orders. Estimated dollar range for each project is not to exceed $75,000 per delivery order, with a contract total not to exceed $400,000 per year. Overhead and discipline labor hourly rates for option years will be negotiated prior to contract award. The evaluation factors for selection are, in descending order of priority with the first three being of equal value, and the fourth, and fifth of equal value: (1) PROFESSIONAL QUALIFICATIONS OF THE FIRM: Overall adequacy of staff, qualifications of principals and project managers, length of time firm has been established, qualifications as a prime contractor in small and medium community and individual sanitation facility design. (2) EXPERIENCE AND QUALIFICATIONS OF THE PROPOSED KEY STAFF: Qualifications and experience in performing surveying services, including right-of-way drawings, legal descriptions, and topographic maps. Specialized technical skills and design preparation for small community sanitation facility design, sanitation facilities studies, infiltration and inflow studies, and hydraulic analysis of small water distribution systems. (3) LOCATION OF MAIN OFFICE OF FIRM(S) AND CONSULTANTS: Firm's accessibility to IHS/OEHE. Knowledge of the IHS/OEHE service area and locality of the project sites. (4) PAST PERFORMANCE RECORD ON GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS: Quality of work, compliance with performance schedules and cost estimating. Brief description of past projects in small and medium community and individual sanitation facility projects. (5) COMPUTERIZED DRAFTING: Equipment owned, experience and training of drafting technicians, and the firm's experience and ability in using and producing Autocad compatible Land Development and Civil Design. (6) ANALYSIS OF CURRENT AND PROJECTED WORKLOAD: Current projects and future projects applied for. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest and the certification described above; (2) one Standard Form 254, A/E and Related Services Questionnaire for the firm and all consultants; and (3) one Standard Form 255, A/E and Related Services Questionnaire for Specific Projects to: Nancy Carter, Contract Specialist, Indian Health Service, Engineering Services Dallas, 1301 Young Street, Suite 1071, Dallas, TX 75202-5433, no later than 4:30 PM (local time), July 26, 2001. Based on the number of qualified submittals received, the Contracting Officer will determine if a Buy Indian Set-Aside is appropriate. Facsimile copies will not be accepted.
- Record
- Loren Data Corp. 20010709/CSOL011.HTM (W-186 SN50Q9V8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|