SOLICITATION NOTICE
C -- DESIGN OF IHS HOUSING AT FT BELKNAP RESERVATION
- Notice Date
- 7/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Seattle Office of Engineering Services, 2201 6th Avenue Mail Stop RX-24, Rm 710, Seattle, WA, 98121
- ZIP Code
- 98121
- Solicitation Number
- 102-AE-05-0013
- Response Due
- 8/26/2005
- Archive Date
- 9/10/2005
- Description
- Architectural/Engineering services for the design and construction administration of staff housing in support of the IHS health facilities at Fort Belknap and Hays, Montana. The estimated cost of construction for the project is between $5,000,000 and $10,000,000. The design phase services are expected to proceed approximately five (6) months after the date of this synopsis and are to be completed within six (6) months after contract award. Optional construction administration services are to be completed approximately sixteen (16) months after design services are completed. Architectural/Engineering services shall include site verification of existing conditions, concepts, schematics, design development, and construction documents, with optional construction administration services. The prime contractor must be an established architectural/engineering firm. The architect and engineering disciplines, including civil, geotechnical, mechanical, electrical and structural engineers shall be registered in the State of Montana prior to performing any work under the contract. The project is to provide 25 housing units and related site development in accordance with government design concepts at government owned or leased locations in Ft Belknap and Hays Montana. Prospective building sites are a combination of previously developed and virgin sites. Evaluation factors for this contractor selection are listed below in descending order of priority: (1) Professional qualifications necessary for the satisfactory performance of required services. (2) Specialized experience and technical competence in the type of work required. (3) Past performance and team members on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4) Capacity to accomplish the work in the required time. (5) Location in the general geographical area of the project and knowledge of the locality of the project, and (6) Extent of Native American professional and paraprofessional participation on the project. 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. --NOTE: THIS SOLICITATION IS A TOTAL SET-ASIDE FOR INDIAN OWNED FIRMS PURSUANT TO THE NEGOTIATION AUTHORITY OF THE BUY INDIAN ACT, 25 U.S.C. 47. The standard for Indian ownership is 51 percent (HHSAR 370.503(a)). 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, work to be performed does not include the provision of materials, supplies, or equipment. --- See Numbered Note 24 for a description of the acquisition process and the required submittal format. All submittals must be in duplicate. Avoid unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement. - Submittals must be received by 3:00 P.M., local time, August 26, 2005, at HHS/IHS/Division of Engineering Services, 2201 Sixth Ave., Rm. 937, MS RX-24, Seattle, WA 98121.
- Place of Performance
- Address: Harlem, MT
- Zip Code: 59526
- Record
- SN00849847-W 20050721/050719211759 (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 |