Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

C -- Facilities A/E Services IDIQ Portland Area - Attachment (1)

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
 
ZIP Code
98121
 
Solicitation Number
15-102-SOL-00017
 
Archive Date
10/10/2015
 
Point of Contact
John W Fannon, Phone: 2066152753, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Qualification Inquiries (PQI). This acquisition is a Total Small Business Set-Asides. The North American Industry Classification (NAICS) Code is 541310. To be considered a small business under NAICS Code 541310, Engineering Services, average annual revenues must be $7.5 Million or less. In accordance with and pursuant to FAR 36.6, The Portland Area Indian Health Service (IHS), Division of Health Facilities Engineering, is seeking qualification statements of Architect-Engineer (A-E) firms to provide professional design services for various projects in the Pacific Northwest. Qualification Statements (SF-330s) submitted in response to this notice will be used to select the most highly qualified A-E for award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract. Professional services include planning, design, construction contract administration, and post construction contract services for various Federal and Tribal health facilities located in Washington, Oregon, Idaho, Montana, and Wyoming. Health facilities include health care clinics, wellness centers, support buildings, and associated infrastructure ranging in size from 1,000 square feet to 50,000 square feet. Under the Health Facilities Engineering (HFE) program, IHS conducts projects to perform major maintenance, periodic repair of building components, and facility improvements. Design and construction contract administration work will typically be carried out in accordance with 2013 Version of the IHS A-E Design Guide. http://www.ihs.gov/des/includes/themes/newihstheme/display_objects/documents/AEDesignGuide2013.pdf The resulting contract will be for a base period of three hundred and sixty five (365) calendar days with four (4) one (1) year options that may be unilaterally exercised by the Government. The IDIQ contract will contain negotiated rates for use to establish firm fixed-prices for delivery order projects. IHS anticipates awarding one IDIQ contract to one firm as a result of this Request for Qualifications. The work considered under for the resultant contract will primarily take place at federally operated facilities in the following geographic locations: a. Ft. Hall Reservation, ID b. Salem, OR c. Makah Reservation, WA d. Yakama Reservation, WA e. Colville Reservation, WA f. Spokane Reservation, WA g. Spokane, WA h. Additional work needs may occasionally be identified at other, tribally or federally run health facilities. There are several of these facilities throughout Washington, Oregon, Idaho, Montana, and Wyoming with the highest concentration being in Washington, then Oregon. The resultant contract will be for a base period of three hundred and sixty five (365) calendar days with four (4) one (1) year options. IHS anticipates awarding only one contract to one firm. Services include, but are not limited to: a. Evaluations, Assessments, and Planning Services: facility condition assessments; site development feasibility studies; conceptual designs; cost estimating; space planning and space efficiency studies; energy modeling and investment-grade energy feasibilities studies; building systems evaluations; electrical studies including short-circuit coordination studies and evaluation of power quality problems; pre-design commissioning activities; environmental testing and environmental site assessments; geotechnical and soil investigation and testing; water quality analysis; legal survey work for real property transfers including metes and bounds surveys. b. Design Services: development of design and construction documents (i.e. drawings, specifications) and associated engineering work in accordance with the Indian Health Service "Architect/Engineer (A/E) Design Guide" dated 2013. c. Construction Contract Administration Support Services: participating in pre-construction conferences; responding to contractor requests for information (RFIs); reviewing construction submittals and shop drawings; performing inspections and field observation reports; advising the project officer regarding deficiencies and actions required or recommended; preparing supplementary drawings or revision drawings; managing document versions and revisions; reviewing contract modification proposals; reviewing contractor progress payments. d. Post-Construction Contract Services: commissioning; preparing operation and maintenance manuals; preparing conformed-set drawings; preparing record drawings and as-built drawings; issuing certificates of completion (often required to be prepared and signed by a registered professional engineer); providing training on proper operation, maintenance of equipment, support for building automation, and systems troubleshooting (IHS provides support to tribal utility departments and may identify needs to provide training and troubleshooting of sanitation systems through this contract.) e. Integrate Sustainable Features: To the maximum extent possible these scope items shall integrate or include sustainability features that will reduce the energy usage, water usage, reduce emissions, divert solid waste, reduce consumption of toxic materials and chemicals, increase organic waste diversion, ensure retrofitting and renovation promotes building's long term viability, and other sustainable enhancements. e. Integrate Sustainable Features: To the maximum extent possible these scope items shall integrate or include sustainability features that will reduce the energy usage, water usage, reduce emissions, divert solid waste, reduce consumption of toxic materials and chemicals, increase organic waste diversion, ensure retrofitting and renovation promotes building's long term viability, and other sustainable enhancements. It is estimated there will be 4-10 task orders during the first year with the most common cost magnitude per task order ranging from $25k-$100k. Although it is required that the A&E be able to provide the full scope of required services, the (a) Evaluations, Assessments, and Planning Services and (b) Design Services will likely be utilized the most frequently. All interested firms are required to submit five (5) copies of a recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, which are due to the Contracting Officer no later 1300 (1 P.M.) Pacific Time on 8 September 2015. Photocopies are acceptable. When completing your SF330, be sure to include information on the team you will be using for this contract, including key personnel of subs and consultants. A fillable-PDF version of the SF330 is an attachment to this Notice. A link to download this form is visible on the right-hand side of the webpage where you are viewing this Notice. A cover letter, on the Respondents stationary (provided it is of a paper color that can be copied or scanned and remain readable) or otherwise identified, may be submitted that is no more than two (2) pages in length. You may submit supplementary information that illustrates your firm's ability to meet the evaluation criteria listed below. A/E Design Services Technical Qualification Evaluation Criteria. Supplementary information shall not exceed five (5) 8.5"x11" pages. IMPORTANT NOTICE: In formulating the Qualifications submission, potential respondents should consider that FAR 52.219-14, which will be incorporated into any resultant contract, requires the Prime Contractor to perform services under the contract equivalent to 50% or more of the contract value in personnel costs throughout the life of the contract. This is a positive requirement rather than one where an indication of capacity, capability or willingness to meet these requirements would be acceptable. Respondent(s) should demonstrate in their Qualifications submission how they will meet this requirement. Although the specific project effort awarded under any resultant contract is not known at this time, it is believed to be unlikely a Respondent could reasonably expect to meet this FAR requirement where they propose a Prime Contractor role limited to a single discipline, or possibly even multiple disciplines, where the discipline mix proposed leans towards disciplines typically not heavily utilized in A-E Services for Health Facilities Engineering projects. Address your submission as follows: SF330 - 15-102-SOL-00017 Attn: John Fannon (Contract Specialist) IHS Division of Engineering Services - Seattle 701 5th Street Suite 1600, Mail Stop RX-24 Seattle, WA 98104 john.fannon@ihs.gov All Respondent(s) are advised that registration in the Systems for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at http://www.sam.gov. Completion of the electronic annual representations and certifications are also mandatory prior to the award of a contract. IHS may complete a short list of or a final selection of A-E Respondent(s) based solely upon initial Respondent submissions without discussion. Therefore, respondent(s) should not presume they will have an opportunity to clarify any aspect of the initial submission. Respondent(s) included on the developed short list may be required to attend a face-to- face interview with the Source Selection Board members. Appropriate Respondent(s) would be notified when and if the Interview Stage is added to the evaluation process. All responses will be evaluated by the following criteria, listed in descending order of importance: 1. Professional Qualification and Experience 2. Management Plan and Team Organization 3. Geographic Proximity 4. Past Performance 5. Specialized experience 6. Capacity to Accomplish the Work CRITERION 1: Professional Qualifications and Experience: Relevant qualifications and experience covering the following activities, as related to health facilities and associated structures: Assessment, Evaluation and Planning Services Design Services Integration of Sustainability into Design of Construction and Renovation Projects Construction Contract Administration Support Services Post-Construction Contract Services. CRITERION 2: Management Plan & Team Organization - The degree to which the anticipated management plan and team organization, including degree of principle participation, production coordination, division of work, quality assurance, cost control, and prior experience of the project team as a unit will meet the overall requirements of this contract. CRITERION 3: Geographic Proximity - Location of offices and staff in the vicinity of potential work sites to increase the efficiency of service delivery and increase availability during task orders. The majority of work will be located on land held in Trust by the federal government for federally-recognized Tribes distributed throughout Washington, Oregon, and Idaho. The greatest concentration of work is expected in Washington. CRITERION 4: Past Performance - Past performance on similar contracts with government agencies, tribal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance documentation should, at a minimum, include a list of comparable projects. Each listed project should include the following. a. Owner b. Owner contact information c. Brief project description d. Cost of the project. CRITERION 5: Specialized Experience - Extent and quality of relevant specialized experience relating to engineering and architectural assessment of health facilities and the planning, design, construction contract administrative support, post-construction support, and facility maintenance support services relating to small facility renovations, expansions, maintenance, improvement and environmental projects at rural health centers serving American Indians and Alaska Natives, and working in a federal context. Examples include, but are not limited to: Experience working with small communities; Experience assisting clients in complying with federal environmental protection rules and laws associated with the National Environmental Protection Act (NEPA); Experience working with Tribes or American Indian/Alaska Native communities; Experience working with LEED or other environmentally sustainable design principles. Familiarity with the unique fiduciary responsibilities held by the federal government. Experience working with federal agencies. Capacity to Accomplish Work Project team's capacity to perform and respond to a varying and uncertain workload in a timely manner and the stability/solvency of the firm. Pre-Qualification Inquiries (PQI). If you determine that the contractual requirements of this RFQ require clarification(s) in order to permit submittal of a responsive qualification you may submit an inquiry for clarification. All inquiries shall be submitted in writing. The pre-proposal inquiry format is Attachment (1), Pre-Qualification Inquiry Form. Pre-Qualification Inquiry Form shall be submitted via e-mail to: John.fannon@ihs.gov and to Paul.reed@ihs.gov. Pre-Qualification Inquiry Form will be accepted up to 5 days prior to due date of the qualifications. A response will be provided via amendment to the RFQ. Contracting Office Address: Indian Health Service, Division of Engineering Services - Seattle 701 5th Avenue, Suite 1600, Mail Stop RX-24 Seattle, Washington 98104
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/15-102-SOL-00017/listing.html)
 
Place of Performance
Address: Washington, Oregon, Idaho, Montana, and Wyoming with the highest concentration being in Washington, then Oregon., United States
 
Record
SN03825535-W 20150807/150805235800-74423c7ddf616b95813ba32c55905c30 (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.