Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2017 FBO #5725
SOLICITATION NOTICE

C -- Great Plains Area AE IDIQ

Notice Date
7/25/2017
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
 
ZIP Code
98104
 
Solicitation Number
17-102-SOL-00046
 
Archive Date
8/25/2017
 
Point of Contact
Mimi Antonio Hetzel, Phone: 2066152465, John W Fannon, Phone: 2066152453
 
E-Mail Address
mimi.hetzel@ihs.gov, john.fannon@ihs.gov
(mimi.hetzel@ihs.gov, john.fannon@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Purpose: This synopsis is issued to provide a notice to the public for project information to be performed in support of the Indian Health Service (IHS). IHS is seeking qualified A/E Firms to furnish professional design services for various projects in the Great Plains Area of responsibility. Qualification Statements (SF-330) submitted in response to the impending Request for Qualifications will be used to select the most highly qualified AE for award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract. Authority: IHS (Division of Engineering Services (DES)) Seattle is issuing this synopsis in accordance with FAR Part 5.204 Pre-solicitation Notices. Description: The proposed contract listed here is 100 percent set-aside for small business concerns. The Government will only accept offers from small business concerns. All other firms are deemed ineligible to submit offers. This is a new procurement. It does not replace an existing contract. No prior contract information exists. A Sources Sought was issued on 26 June 2017 in order to conduct Market Research. This is a Pre-solicitation notice. The Request for Qualifications will be available on or around 25 August 2017, on www.fbo.gov, under the solicitation number 17-102-SOL-00046. This is not a solicitation announcement for proposals, and no contract will be awarded as a result of this notice or any follow-up information requests. In order to protect the procurement integrity of any future procurement, if any, that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated work includes, but is not limited to: Background: The Great Plains Area Office in Aberdeen, South Dakota, works in conjunction with its 19 federally and tribally managed Service Units to provide health care to approximately 130,000 Native Americans located in North Dakota, South Dakota, Nebraska, and Iowa. The Area Offices' service units include seven hospitals, eight health centers, and several smaller health stations and satellite clinics. Each facility incorporates a comprehensive health care delivery system. The hospitals, health centers, and satellite clinics provide inpatient and outpatient care and conduct preventive and curative clinics. The Great Plains Area also operates an active research effort through its Area Epidemiology Program. Research projects deal with diabetes, cardiovascular disease, cancer, and the application of health risk appraisals in all communities. The respondents shall provide all labor, management, facilities, supplies, equipment and material and complete all actions necessary for performance of the work as defined in each issued task order. Work will include but not limited to studies, evaluations, design, plans and specification development and technical assistance with all types of building and grounds infrastructure throughout the Great Plains Indian Health Service. The Statement of A/E Services for the proposed project may include but not limited to the following: 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 2016. 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 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. LOCATION OF WORK: The intent is to issue one solicitation and award three A/E IDIQs for a Base and 4 option years with a Not to Exceed 5 Million for each issued IDIQ contract. One A/E IDIQ will be awarded per the zones as listed below. Zone 1: Belcourt Service Unit, Turtle Mountain Indian Reservation, North Dakota Fort Yates Service Unit, Standing Rock Indian Reservation, North Dakota and South Dakota Youth Regional Treatment Center, Wakpala, South Dakota Fort Totten Service Unit, Spirit Lake Indian Reservation, North Dakota Fort Berthold Service Unit, Fort Berthold Indian Reservation, North Dakota Zone 2: Fort Thompson Service Unit, Crow Creek Indian Reservation, South Dakota Lower Brule Service Unit, Lower Brule Indian Reservation, South Dakota Rosebud Service Unit, Rosebud Indian Reservation, South Dakota Sisseton Service Unit, Lake Traverse Indian Reservation, North Dakota and South Dakota Winnebago Service Unit, Winnebago Indian Reservation, Nebraska Drug Dependency Unit, Winnebago, Nebraska Zone 3: Pine Ridge Service Unit, Pine Ridge Indian Reservation, South Dakota Rapid City Service Unit, Rapid City, South Dakota Cheyenne River Service Unit, Cheyenne River Indian Reservation, South Dakota The North American Industry Classification System (NAICS) Code is 541310 Architectural Services, with a Small Business Size Standard of $7.5 million. 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. Competitive Acquisition: The solicitation will utilize source selection procedures FAR 36.602. The offeror will be required to submit Qualification Statements (SF-330s) for evaluation by the Government. Contract Type: Indian Health Service intends to award three Firm Fixed Price (FFP) A/E IDIQ Contracts in support of this requirement. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. Period of Performance: The Period of Performance will be base year with 4 one year option periods. Disclaimer and Important Notes: All respondents must register on the SAM located at http://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/17-102-SOL-00046/listing.html)
 
Place of Performance
Address: Multiple Locations Great Plains Area, South Dakota, United States
 
Record
SN04596374-W 20170727/170726042532-1a40ef26660a2883d2e2e57bfafaa75b (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.