Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2006 FBO #1621
SOURCES SOUGHT

C -- A/E DESIGN SERVICES FOR HEALTH CARE CENTER IN KAYENTA, AZ

Notice Date
5/3/2006
 
Notice Type
Sources Sought
 
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
HHSI161200600049C
 
Response Due
6/6/2006
 
Archive Date
6/21/2006
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, in support of the Navajo Area Indian Health Service Office intends to acquire Professional Architectural/Engineering services for the design of a new 14,410 gross square meter health center located in Kayenta, Arizona. Architectural/Engineering services shall include site verification of existing conditions, schematics, design development, construction documents, with optional construction administration. The health care programs and services proposed for this new health facility include a Level III, 24-hours, 7-days per week, emergency and urgent care unit with the support of the Tribal emergency medical services, a 10-bed short stay nursing unit that provides sub-acute care, and a 3-bed low-risk birthing center. Additionally this health center will have comprehensive ambulatory care, ancillary services, preventive community health services, behavioral health services, service unit administration, and facility support services. Staffing level will be for 452 positions. NOTICE OF SET-ASIDE:: This procurement has no restrictions and is full and open to all firms. The North American Industry Classification System (NAICS) Code 541310 is applicable to this procurement. The estimated cost of construction is over ten million dollars. Competitive formal Best Value Source Selection process in accordance with the Federal Acquisition Regulation (FAR) will be used to ensure selection of the source evidencing the best overall capability to perform the work in a manner most advantageous to the Government. Firms interested in submitting their qualifications for this project must submit a SF-330 Architect-Engineer Qualifications Form with supplement forms as necessary. (These forms may be obtained at www.gsa.gov). Qualifications submitted on SF-330 will be will be reviewed and evaluated to identify the most highly qualified firms. Firms must fully address their capability and qualifications and fully address each of the following evaluation factors to be considered by the source selection board. Oral interviews may be held at the discretion of the Government. 1. Professional qualifications of both the firm and proposed team members (including all consultants); Length of time firm has been established; Length of time firm has had established relationships with proposed consultants; number and types of projects completed with proposed consultants. (25%) 2. Experience of firm and team members (including all consultants) with health care facilities of similar size; Number of projects and depth of experience providing professional design, documentation, commissioning, energy management control systems, Leadership in Energy and Environmental Design [LEED], project management software and partnering in health care facilities of similar size. [25%] 3. Past Performance with government and private industry contracts; Past Performance on contracts with Government entities including Native American organizations, tribal governments and projects on Indian Trust lands, federal agencies (i.e., Indian Health Service and Bureau of Indian Affairs) and private industry. [20%] NOTE: The Government shall consider this information as well as information obtained from other sources when evaluating the Offeror?s past performance. The Offerors is reminded that the Contracting Officer shall determine the relevance of similar past performance information. The Offerors shall limit this information to not more than 10 contracts but no less than 3 similar contracts, performed within the last 3 years. Failure of an Offeror to provide a minimum of 5 relevant references or the inability of the Government to reach at least 3 references, after making a reasonable effort to do so, may result in the Offeror not being rated on the past performance factor. An Offeror, who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. 4. Capacity to accomplish the work in the required time; Firm?s Quality Assurance / Quality Control procedures to ensure plans and specifications are complete and accurate, including coordination of drawings between disciplines; how firm ensures applicable codes and standards are met in the design. [20%] 5. Location of Main Office of Firm(s) and Consultants with regard to travel time and communication ability between the prime firm and its consultants, and proximity of the firm?s and consultants? offices to the project's location. [10%] A formal audit of the proposed contractor?s records will be conducted to establish a reasonable base rate and professional man hour rates. The selected firms will be subject to audit to determine these appropriate rates. A negotiated firm fixed price contract will be awarded with an option for construction contract administration services considered and which will be based upon performance evaluation of the design phase. The design phase services are expected to proceed approximately six (6) months after the date of this synopsis and are to completed approximately eighteen (18) months after contract award. Firms should consider this time frame for maximum effort. Submittal requirements: One original with original signature and four copies (total of 5) must be submitted. Submittal packages must be on 8? x 11 ? ? paper in neat orderly presentation folders with the name of the firm and project title on the cover page. Type size and font should be 12 Times New Roman for ease of reading. Unnecessary long proposal are discouraged and only pertinent information is required. OFFERORS MUST FULLY RESPOND TO REQUIREMENTS AND FULLY ADDRESS THE EVALUATION FACTORS TO BE CONSIDERED. THERE ARE NO OTHER DOCUMENTS AVAILABLE. 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), June 6, 2006. Electronic transmission of proposal documents (i.e., e-mail, facsimile) will NOT be accepted. Question concerning this solicitation shall be submitted via E-Mail only and addressed to: Sharon.bailey1@ihs.gov. Phone call inquiries cannot be accepted and will not be returned.
 
Record
SN01039829-W 20060505/060503220323 (fbodaily.com)
 
Source
FedBizOpps 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.