Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2017 FBO #5762
SOLICITATION NOTICE

C -- Architectural and Planning Services IDIQ

Notice Date
8/31/2017
 
Notice Type
Presolicitation
 
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, Texas, 75202
 
ZIP Code
75202
 
Solicitation Number
HHSI61-17-R-00061
 
Point of Contact
Jenny J. Scroggins, Phone: 2147898164
 
E-Mail Address
jenny.scroggins@ihs.gov
(jenny.scroggins@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation notice and 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). This is a new procurement. It does not replace an existing contract. No prior contract information exists. A Sources Sought was issued on 20 July 2017 in order to conduct Market Research. The Request for Qualifications will be available on or around 15 September 2017, on www.fbo.gov, under the solicitation number HHSI61-17-R-00061. CONTRACT INFORMATION: The Division of Engineering Services (DES) Dallas, Indian Health Service (IHS), an agency of the Department of Health and Human Services is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for Architectural Services for Master Planning and other Associated pre-planning services for IHS facilities located nationwide. Facilities locations are in twelve (12) physical areas of the United States: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland and Tucson. Each of these areas has a unique group of Tribes that they work with on a daily basis. The Architect Engineer firm shall assist IHS in providing professional services including all labor and material as required for master planning, programming, concept studies, space utilization studies, feasibility studies, cost estimating, business case analyses, real property planning, equipment planning and purchasing, programming and management support. Requirements will vary for each individual Task Order and will be defined by separate scopes of work. DES intends to award one (1) Indefinite Delivery-Indefinite Quantity (IDIQ) contract that will be for a base period of one (1) year from the date of award with four (4) options to extend the term of the contract for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract amount of $7,500,000.00 awarded is reached, whichever is earlier. The contract awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years, which will be satisfied with the award of the first task order. The The minimum value of any individual Task Order is $1,000.00 with a maximum Task Order value of $2,000,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved. Point of Contact: Ms. Jenny Scroggins, Contracting Officer; Jenny.Scroggins@ihs.gov; (214) 789-8164 Division of Engineering Services (DES) Dallas, Suite 1071, Dallas, Texas 75202 SET-ASIDE INFORMATION: This procurement is being competed on an unrestricted basis with no small business set aside for all Architect Engineering firms under the primary North American Industry Classification System (NAICS) Code 541310, Architectural Services. Offerors submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov). This procurement will follow the procedures established in the PL 92-582 (the Brooks Act), Federal Acquisition Regulation (FAR) 15 and FAR 36.6. The selection process will consist of the initial evaluation of the SF-330s' and determination of the three (3) highest rated firms to move into discussions. All firms not selected will be notified. After discussions have concluded, the highest rated firm selected will receive the solicitation for pricing and subsequent price negotiations. EVALUATION CRITERIA: IHS shall evaluate each potential offeror in terms of its (importance of factors in descending order): 1. Specialized experience and technical competence of the offeror and its proposed subcontractors performing healthcare facilities planning services within the past seven (7) years. 2. Professional qualifications of the offeror and its proposed subcontractor and key personnel, based upon projects completed within the last seven (7) years. 3. Offeror's recent past performance on contracts with Government agencies and private industry, similar to that described herein, in terms of cost control, quality of work, and compliance with performance schedules. 4. Capacity of the offeror and proposed subcontractors to accomplish the work within the required time frame. 5. Commitment to Small Business Note: Upon award, the A-E firms that are large businesses shall comply with FAR 52.219-9, Small Business Subcontracting Plan (Jan 2017) requirement. PROJECT INFORMATION The Indian Health Service is seeking a consultant to perform health care strategic planning, assess the existing healthcare system and staffing, determine operational concepts, develop planning documents, transitional planning, and develop equipment plans. These tasks include: 1.Space planning a.For New or Replacement Healthcare Facility i.Review the IHS Area Master Plan ii.Review current healthcare delivery program including alternative healthcare facilities, IHS or non-IHS healthcare facilities iii.Review proposed site for desirable features for sustainability, accessibility to the user population, and utility needs or upgrades iv.Determination of staff housing needs v.Execute the Health Systems Planning (HSP) software vi.Prepare drafts of Program Justification Document (PJD) and the Program of Requirements (POR) document vii.Any deviation requests for population, health services, staff, space, etc. must be submitted to IHS HQE for review and approval. viii.Adequate justification for each deviation must be submitted with data and reasoning for the deviation ix.Obtain a cost estimate for the proposed the new or replacement healthcare facility and cite the source of the cost estimate x.Submit to IHS Area staff Point of Contact (POC) for initial review and comment xi.After incorporating Area comments, documents will be forwarded to the IHS HQE POC. b.For Expansion and Renovation Projects i.Review the IHS Area Master Plan ii.Review current healthcare delivery program including alternative healthcare facilities, IHS or non-IHS healthcare facilities iii.Review proposed site for desirable features for sustainability, accessibility to the user population, and utility needs or upgrades iv.Execute the Health Systems Planning (HSP) software v.To make effective and efficient use of available space. vi.To create highly efficient and sustainable designs. vii.To accommodate current and future needs. 2.Medical equipment planning. a.Medical devices and equipment are planned on the basis of the Space Schedule in the POR that maps the health facility and its services. The Space Schedule is divided into departments and rooms. These rooms require equipment to efficiently deliver health care services. A medical equipment planner performs a wide range of tasks to provide equipment with the right specifications. They are expected to develop, coordinate and manage the hospital equipment list. Duties may also extend to procuring, installing, start-up services and testing equipment. A medical equipment planner may also arrange for equipment storage until an installation is set to begin. Coordination with the area biomedical program will be required to ensure compatibility and compliance. b.The following factors should be taken into account when planning equipment: i.IHS equipment policies with regard to primary health services, ii.capacity of the space and capabilities of the staffing, and limitations of local infrastructure such remoteness for Wi-Fi, telemedicine, etc. iii.operational expenses (maintenance, consumables, etc.) that follow the initial investment, iv.compatibility and integrating with existing software, operations, or technology. 3.Assessments of the existing healthcare system and identify opportunities for improving healthcare service. Conduct special studies required to improve operations and those that are outside the templates of the HSP and RRM. 4.Analyze existing data and documents a.facilities condition assessments b.facility engineering deficiency system c.user population forecasts d.patient workload forecasts e.migration analysis f.justification and cost analysis of services g.Space and/or staffing h.Staffing patterns, i.Delivery of services. 5.Determine patient and staff workflow, operational concepts or scopes of service, and appropriate space adjacencies. 6.Develop planning documents a.Strategic Plans, b.Health Services Master Plans, c.Facilities Master Plans, d.Project Justification Documents, e.Program of Requirements, f.Project Justification Documents for Staff Quarters, g.Program of Requirements for Staff Quarters, h.RRM Validations, i.Budget RRM Validations, j.Budget FTE Reviews, k.Transition Planning, l.Equipment Plans. Coordinate with IHS experts the development and updates of new criteria for the HSP and RRM. https://www.ihs.gov/dper/planning/facilityplanningtools/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI61-17-R-00061/listing.html)
 
Record
SN04656794-W 20170902/170831233359-6a12f934692df58416424557552eb8b0 (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.