COMMERCE BUSINESS DAILY ISSUE OF JULY 12, 2001 PSA #2891
SOLICITATIONS
C -- CONSTRUCTION CONTRACT ADMINISTRATION SERVICES -- COMPREHENSIVE HEALTH CARE FACILITY IN WINNEBAGO, NE -- PROJECT AB9OW119H7 (UP00)
- Notice Date
- July 10, 2001
- Contracting Office
- Dept. of Health and Human Services, Indian Health Service, Division of Engineering Services, 2201 Sixth Ave., RX-24, Rm 710, Seattle, WA 98121
- ZIP Code
- 98121
- Solicitation Number
- 102-AE-01-0014
- Response Due
- August 9, 2001
- Point of Contact
- Dale Burson, 206/615-2456
- E-Mail Address
- click here to contact contracting officer via e-mail (dburson@ess.ihs.dhhs.gov)
- Description
- Provide professional Architectural/Engineering Services for Construction Contract Administration Services (CCAS) during construction of a new Comprehensive Health Care Facility (CHCF) for the Indian Health Service in Winnebago, NE. The new CHCF will provide 9 162 sm for inpatient and outpatient services, including diagnostic services. The construction contract includes the renovation of an existing 1 505 sm building. The construction contract amount is approximately $33,000,000. The performance period for the CCAS will run concurrently with the construction contract that includes three additional option periods. It is expected that services will begin within one month of award of this contract and continue until construction is substantially complete; which is currently scheduled for the fall of 2004. The prime contractor must be an Architect/Engineering firm. Primary responsibilities include management and coordination with technical consultants, to provide responses on: submittals, design clarifications, requests for information and modifications. The A/E may propose their own team or use consultants from the original design team. Upon request, DES S will provide the name of the architect and sub consultants on the original design team and/or the plans and specifications for this project. The Corps of Engineers is currently providing on-site construction inspection services. The A/E will be expected to provide additional on-site inspections as a part of the CCAS, and to coordinate their on-site inspections with the Corps of Engineers. All architectural and engineering services shall be accomplished by engineers and architects registered to practice in the particular professional field involved in a state of the United States, Puerto Rico or the District of Columbia. Other technical expertise required includes, but is not limited to: food service equipment, medical equipment, and medical gas systems. A fixed price A/E contract will be negotiated. Evaluation factors listed below are in descending order of priority with the factors #5 and #6 having equal value. Verifiable documentation must be provided to support each of the following evaluation factors: (1) Specialized experience and technical competence in all applicable aspects of health care facilities design and CCAS. (2) Demonstrated expertise and experience in working as a team with listed consultant(s)/ subcontractor(s) and ability to effectively manage multiple discipline teams. A management plan defining the organizational structure and relationship of the technical team shall be provided. (3) Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4) Capacity to respond and accomplish the work within established time constraints. (5) Professional qualifications necessary for satisfactory performance of required services. (6) Knowledge of and design experience in the locality of the project and/or firm location in the general geographic area of the Winnebago NE, by the prime contractor and consultant(s)/subcontractor(s). Those firms that meet the requirements described in this announcement and wish to be considered must submit a SF 254 for all members of the proposed team (prime and subcontractors) and a composite SF 255 for the proposed team. Provide current names with telephone numbers of pre-notified references associated with each illustrated project. Those firms rated "highly qualified" as a result of the initial submittal review must be available for interviews within 10 days from the "due date" identified in this synopsis. Site visits will be arranged or permitted during the submittal period. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. All responsible sources may submit a SF-254 and a SF-255 that shall be considered by the agency. Pertinent statements relative to the evaluation factors shall be included in Part 10 of SF 255. Identify which members of the design team handled the project(s) listed. This proposed acquisition is issued unrestricted in accordance with the Small Business Competitiveness Demonstration Program. Three sets of submittals must be received by 3:00 P.M., local time, on Aug 9, 2001. Submittals are to be sent to HHS/PHS/IHS Division of Engineering Services-Seattle, 2201 Sixth Avenue, Room 710, RX-24, Seattle, Washington, 98121. Control Number is 102-AE-01-0014. This is not a request for proposals.
- Record
- Loren Data Corp. 20010712/CSOL003.HTM (W-191 SN50R3K4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|