SOLICITATION NOTICE
C -- DESIGN SERVICES
- Notice Date
- 3/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
- ZIP Code
- 75202
- Solicitation Number
- HHSI200400010
- Response Due
- 4/29/2004
- Archive Date
- 5/14/2004
- Point of Contact
- William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
- E-Mail Address
-
william.obershaw@des.ihs.gov
- Description
- Architectural/Engineering Services to provide design services for the Expansion and Renovation of the Chinle Comprehensive Health Care Facility, Chinle, Arizona. The design service will include for the Construction of approximately 3,362 GSM of new space for the relocation and enlargement of the Primary Care, Audiology, Podiatry and Behavioral Health Departments. Design for renovation of existing space for the enlargement of Urgent Care, Specialty Care and Medical Records. The project will be phased design and construction. The estimated construction cost is $10.1 million. This is phase I of an anticipated multi phased expansion program. The design of the first phase through construction documents is to be completed within an estimated 12 months after receipt of award. Additional design phases may be added as the multi phased project 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 firms 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 A 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 A Buy Indian Act.@ MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: Any and all firms or persons wishing to respond to this solicitation must be registered in the "Central Contractor Registration (CCR) database? which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective award shall be registered in the CCR database prior to award, during performance, and through final payment of any contract. The selected firm will participate and will be requested to submit a lump sum proposal for Phase Two.. Project requirements and minimum specifications will be added at the start of Phase Two stage of the Request for Proposal.. A pre-proposal conference will be held on the Phase Two portion of the project only. Firms interested in participating in the design project are invited to submit an Architect-Engineer Qualifications Standard Form 330. (NEW FORM) to this office. Qualification packages are to be sent to: Mr. William E. Obershaw, Chief Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualification packages must be submitted not later than 2:00 p.m. (Dallas time), APRIL 29, 2004. Electronic transmission of documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation must be address in writing and may be faxed to (214) 767-5194 or sent via email to William.Obershaw@des.IHS.gov. Phone inquiries cannot be accepted and calls will not be returned.
- Place of Performance
- Address: Navajo Indian Reservation, State of Arizona
- Record
- SN00554840-W 20040328/040326211845 (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 |