Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2004 FBO #0822
SOLICITATION NOTICE

Y -- 248-AE-04-001

Notice Date
2/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Portland Area Office, 1220 SW 3rd Avenue, Room 476, Portland, OR, 97204
 
ZIP Code
97204
 
Solicitation Number
248-AE-04-001
 
Response Due
3/16/2004
 
Archive Date
8/31/2004
 
Point of Contact
Martha Young, Senior Contracting Officer, Phone 503.326.5622, Fax 503.326.7425, - Juana Branson, Procurement Technician, Phone 503-326-2012, Fax 503-326-7425,
 
E-Mail Address
MYoung@pao.Portland.ihs.gov, jbranson@pao.portland.ihs.gov
 
Description
This solicitation is set-aside for Indian-owned firms. Indian Health Service, Portland Area requires the service of an Architect/Engineer firm for the electrical and structural design including necessary soils investigations for: A) design of four reinforced concrete treatment cells, an effluent tank, a fiberglass deck and rail system, a concrete block building, electrical controls, electrical service, standby power and lighting for a 200,000 GPD wastewater treatment plant in Taholah, WA on the Quinault Indian reservation; and B) design of a 120,000 gallon reinforced concrete flocculation/sedimentation tank, a 100,000 gallon reinforced concrete chlorine contact tank, a concrete block building, electrical controls, electrical service, integration of existing tank level controls, sizing of standby power and lighting for a 500 GPM filtration water treatment plant in Neah Bay, WA on the Makah Indian reservation. The estimated cost of construction for these project components are $784,000 and $562,000, respectively. The contractor who performs the A/E design for this project shall not be eligible for award of any subsequent construction contract for this project. MINIMUM QUALIFICATIONS: Consistent with the initial notice to establish a short-selection library, A&E firms must be located within the 3-state service region of the PAIHS: Oregon, Washington, and Idaho. The A&E firm shall complete all work with, or under the direction of, a professional engineer or registered architect licensed to practice in the respective state in which the project will be constructed. EVALUATION/AWARD: The qualification statements (SF-254/255) on file, updated, and received by the evaluation board shall be evaluated following selection criteria listed in descending order of importance: 1) Location in the general geographical area of the project and knowledge of the locality of the project. 2) Professional qualifications necessary for satisfactory performance of required services. 3) Specialized experience and technical competence in the type of work required which includes computer-assisted design/drafting, structural, geotechnical, electrical, civil engineering services for small community water and sewer systems. 4) Capacity to accomplish the work in the required time. 5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. RESPONSES: All responsible sources may submit SF-254?s and SF-255?s that shall be considered by the agency. Those firms that meet the requirements described in this announcement and that 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. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Provide current names and telephone numbers for pre-notified references for described projects. Three (3) sets of SF-254 and SF-255 submittals must be received by 3:00pm, local time, March 16, 2004. Submittals are to be sent to Indian Health Service, Division of Acquisition, 1220 SW Third Avenue Room 476, Portland, OR 97204. This is not a request for proposals. Reference number is 248-AE-04-001. NAICS 541330.
 
Place of Performance
Address: Makah Indian Reservation: Neah Bay, Washington, and, Quinault Indian Reservation: Taholah, Washington,
Country: United States
 
Record
SN00529338-W 20040226/040225082508 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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