Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
MODIFICATION

R -- Architect-Engineer 1 (A-E1) Professional Services - HHCC Quarters - Amendment 2

Notice Date
2/27/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
HHSI61-18-R-00028
 
Response Due
3/19/2018 10:00:00 AM
 
Point of Contact
Jenny J. Scroggins, Phone: 2147898164
 
E-Mail Address
jenny.scroggins@ihs.gov
(jenny.scroggins@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment A00002 (#2) Request for Qualifications (RFQ) Solicitation Number HHSI61-18-R-00028 (REQUEST FOR SF330s) CONTRACT INFORMATION In accordance with and pursuant to FAR 36.6, The Indian Health Service (IHS), Division of Engineering Services (DES), an agency of the Department of Health and Human Services, is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330s (SF330s) Architect / Engineer Statement of Qualifications for Architect-Engineer 1 (A-E1) Technical Support Services, Site Planning and RFP-SOW Development Support for Integrated Design, Build, and Initial Outfitting of the Phase II Quarters Development at the Polacca campus of the Hopi Health Care Center. Qualification Statements (SF‐330s) submitted in response to this notice will be used to select the most highly qualified A‐E for award of a firm fixed‐price contract. IHS anticipates awarding one contract to one firm as a result of this Request for Qualifications. The Architect Engineer firm (A-E1) shall provide Scope of Work, Request for Proposal and supporting documents, incorporating the Design Build Institute's best design-build practices, which describes what a design-build Contractor (A-E2) must do to successfully bid, design, build and outfit the Phase II Quarters Development. Additional information is contained in the PROJECT INFORMATION / SCOPE OF WORK section, below. The RFP-SOW Development Support for Integrated Design, Build, and Initial Outfitting for Phase II Quarters Development at the Hopi Health Care Center Polacca Campus shall be in compliance with the IHS 2016 A-E Design Guide (https://www.ihs.gov/DES/publications/) and the Program of Requirements (POR). The Phase II Quarters Development includes site development and construction of approximately 65 staff quarters units on the IHS leased site in Polacca, Arizona. Quarters unit designs for the Phase II development were previously constructed as part of the Kayenta Staff Quarters project in 2015. The purpose of this project is to mitigate a critical staff housing shortfall for the Hopi Health Care Center. This shortfall has significantly affected HHCC's ability to retain existing staff as well as recruit new, and often critically needed, clinical staff. Polacca is located approximately 70 miles from any significant private housing market, further exacerbating retention and recruiting efforts. Background: The Hopi Health Care Center (HHCC) is located on the Hopi Reservation in Polacca, AZ and serves approximately 7,000 people from the Hopi and Navajo tribes. The facility is located on a leased site, or campus, of approximately 119 acres. Immediately west of the Polacca campus is a tribal owned housing development, Walpi housing. This development comprises 75 quarters units that are occupied by both HHCC staff and tribal members and other organization employees. Although HHCC staff occupy units at Walpi housing, this development is owned by the tribe and unit availability is not guaranteed for HHCC staff. The only dedicated quarters available for HHCC staff are located at the Keams Canyon campus, approximately 20 miles east of the Polacca campus. The Keams Canyon campus is another leased site, of approximately 25 acres, and has approximately 30 government quarters units. Design Costs : All offerors are advised that FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The magnitude of construction (not design) of the A-E2 project (the site development and construction of the Phase II Quarters Development) is between $30,000,000 and $40,000,000. Period of Performance: The resulting contract will be for a base period of three hundred and sixty-five (365) calendar days. 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 / NAICS This acquisition is a Total Small Business Set‐Asides. The North American Industry Classification (NAICS) Code is 541330. To be considered a small business under NAICS Code 541330, Engineering Services, average annual revenues must be $15 Million or less. Offerors submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov). The Government will only accept qualifications from small business concerns. All other firms are deemed ineligible to submit offers. 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. It is the Government's discretion to move into discussions should it be determined. All firms not selected will be notified. After determination of the three (3) highest rated firms have concluded, the highest rated firm selected will receive the solicitation for pricing and subsequent price negotiations. EVALUATION CRITERIA Submissions received in response to this notice will be evaluated by a board of professional engineers and others in accordance with FAR Subpart 36.6 and PL 92-582 (Brooks A-E Act). The evaluation board has the discretion to hold discussions with the top three (3) most highly qualified firms during the final selection process. The evaluation factors listed below shall be addressed in Part H of the SF-330. Offerors responding are requested to clearly indicate those required services it intends to self-perform and those it intends to subcontract. IHS shall evaluate each potential offeror in accordance with the following evaluation criteria (importance of factors in descending order): 1.Specialized Experience 2.Professional Qualifications and Experience 3.Capacity to Accomplish the Work 4.Past Performance 5.Geographic Proximity 6.Management Plan and Team Organization For purposes of this evaluation the relative weights of the identified factors are as follows: Factor 1 is significantly more important than Factor 2. Factor 2 is significantly more important than Factor 3. Factor 3 is more important than Factor 4. Factor 4 is more important than Factor 5. Factor 5 is more important than Factor 6. 1. Specialized experience and technical competence of the offeror and its proposed subcontractors performing residential development planning services and residential facility design within the past seven (7) years. a.Extent, quality and relevance of the following specialized experience is highly desired. Demonstration of possessing the identified specialized experience cited will be evaluated more favorably. Offeror shall demonstrate: i.Experience Developing Requests for Proposal (RFP) plans, specifications and supporting documentation for two-phase source selections for the Integrated Design, Build, and Initial Outfitting (iDBIO) of sustainable residential and support facilities similar in size, scope and complexity to the instant requirement. ii.Experience with administration and owner consultation during the design build (A-E2) procurement and delivery process. iii.Experience in residential development planning and design. iv.Experience in residential housing design. b.The offeror shall also describe its experience working with its proposed subcontractors and key personnel. c.The offeror shall indicate which projects and describe experience and/or interaction with any tribal nations or groups and related agencies. The offeror is encouraged to describe problems/issues/concerns encountered on projects and describe the corrective action taken to resolve them. 2. Professional qualifications of the offeror and its proposed subcontractor and key personnel, based upon projects completed within the last seven (7) years. a.The offeror shall describe its professional qualifications and those of its proposed team as those qualifications relate to the instant requirement (proposed subcontractors and key personnel). b.Include a key personnel organization chart that clearly depicts the key positions and the names of the personnel, their firm affiliations and their job locations, their job/position title within the organization. c.The offeror shall identify the roles of its key personnel by providing resumes for its proposed key personnel (i.e.: Principal, Senior Architect, Project Manager, Residential Planner, Civil Engineer, Interior Designer, Landscape Architect, etc.) that include credentials, education, registrations, relevant experience, and the role to perform IHS's requirements. d.Offerors shall demonstrate extent of qualifications and experience demonstrated in submitted SF-330(s) and resumes for planning and designing residential developments similar in size, scope and complexity to the instant requirement. 3. Capacity of the offeror and proposed subcontractors to accomplish the work within the required time frame. a.Current and planned workload - The offeror shall describe it and its subcontractors current and planned one (1) year workload and how the firm plans to meet the anticipated magnitude of the instant requirement with available resources 4. 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. a.Firms shall have clients complete Past Performance Questionnaires (Attachment 2). The completed Past Performance Questionnaires are to be submitted with the firm's SF330 package or the client may submit directly to Jenny Scroggins via email to Jenny.Scroggins@ihs.gov if the client so chooses. Clients should be knowledgeable of the firm's past performance and be willing to be interviewed by the Government. i.While the exact format of the attached Past Performance Questionnaires is not required, a submitted past performance questionnaire shall include the minimum specifics for each project submitted including, but not limited to, the following information: 1.Project description, contract amount, dates, and client information; 2.Initial award date and amount and final completed contract date and amount and description for differences, if applicable; 3.Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to Schedule, Cost Control, and Customer Satisfaction; 4.Question to be answered by client - "Would you award this firm another contract?" b.Firms shall have previous clients submit Past Performance Questionnaires for design and construction projects that are the same as the projects included in its proposal for Relevant Experience. Ensure correct phone numbers and email addresses are provided for the client point of contact. Failure to provide requested data or to provide an accessible point of contact may negatively impact a firm's rating. c.The offeror shall submit a minimum of three (3) with a maximum of five (5) past performance questionnaires submitted by their clients. d.Firms are encouraged to describe problems encountered on projects submitted for past performance and describe the corrective action taken to resolve the issue(s). Firms will also submit recognition documents received in the last five (5) years, such as awards from clients, customers or professional organizations received within the last five (5) years. e.In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company's subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm. f.While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm. 5. Geographic Proximity a.Location of offices and staff in the general geographical area and knowledge of the locality of the project site. The Polacca campus is approximately 70 miles from any significant urban area. AE firms shall specifically address the following: i.How they will approach project issues associated with the site location. ii.How they intend to approach integration of Tribal planning policies and cultural characteristics into design. 6. Management Plan & Team Organization a.Offeror shall demonstrate the degree to which the anticipated management plan and team organization, including degree of principle participation, 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. For purposes of this evaluation Factor, Indian Owned firms will be evaluated favorably. Indian Owned firms are defined as: i.The business must be an (IEE) Indian Economic Enterprise. A for profit business that is at least 51 percent Indian/Indian Tribe owned. ii.The IEE owners must be members of a federally recognized Indian tribe or Alaska Native village iii.The IEE must manage the contract iv.The Indian or Indian Tribe must receive majority of the earnings from the contract v.The Indian or Indian Tribe must control the daily business operations PROJECT INFORMATION / SCOPE OF WORK The A-E1 shall provide design and consultation services, and documentation, Scope of Work, and Request for Proposal, incorporating the Design Build Institutes best design-build practices, which describes what a design-build Contractor (AE-2) must to do to successfully bid, design, complete construction documentation, and build the Phase II quarters development. All design services and submittals shall be provided in accordance with the 2016 IHS A-E Design Guide (A-E Guide), except as modified by this Program of Requirements. The A-E Guide can be found here: https://www.ihs.gov/DES/publications/ In general the project comprises the following key project elements. a.Site Planning and Development i.Pre-Design ii.Concept Design iii.Schematic Design iv.Design Development v.A-E1 Documentation (65% Construction Documentation) b.Quarters Site Adaptation i.Site Adaptation Documentation ii.Service Unit Design Changes 1.Quarters Unit 2.Apartment Building c.Support Buildings i.Community Building ii.Warehouse Building d.Optional Services (to be awarded at the discretion of the Government) i.RFP Pre-Bid Clarifications and Amendments ii.A-E2 Phase Technical Review, Construction Administration and Observation, Special Inspections and Project Closeout iii.Commissioning Construction Phase Services INSTRUCTIONS TO OFFERORS Qualified firms desiring consideration shall submit their proposal electronically to Jenny Scroggins, Contracting Officer, via email at Jenny.Scroggins@ihs.gov containing: (1) Standard Form (SF) 330, Part I and Part II - Architect-Engineer Qualifications; and (2) the submission requirements contained in Section 4 (Paragraphs 1-5), Evaluation Criteria, of this advertisement, below. An SF330 (Attachment 1) is also required for each consultant or joint firm. The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486. Submission packages for each firm is limited to 60 pages exclusive of indexing tabs, project photos or drawings with brief captions and Past Performance Questionnaires submitted. Font shall be no less than 12-point font, single-spaced with 1.5-line spacing, margins no less than ¾", and page size of 8.5" x 11". (A page is defined as each face of a sheet of paper containing information. When both sides of a sheet of paper display printed material, it shall be counted as two (2) pages.) Submissions are accepted any time prior to the due date, but are due NO LATER THAN by Monday, 19 March 2018 10:00am (CST) to Jenny Scroggins, Contracting Officer, via email at Jenny.Scroggins@ihs.gov with RFQ solicitation number HHSI61-18-R-00028 noted. Fax submissions are not acceptable. Non-responsive submissions will not be considered by the A-E selection board. Please send all questions/comments referencing the synopsis number HHSI61-18-R-00028 via email to Jenny Scroggins at Jenny.Scroggins@ihs.gov by 10:00 am (CST), 09 March 2018. Questions received prior to this date will be answered via an amendment to this solicitation. Questions received after this date will not be responded to. Oral questions or those submitted by facsimile will not be answered. ADDITIONAL INFORMATION Late responses are subject to FAR Provision 52.215-1. 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. Attachments to this synopsis: Attachment 1 - Standard Form 330 (SF330) (The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486.) Attachment 2 - Past Performance Questionnaire This is not a Request for Proposal; therefore, do not provide information on pricing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI61-18-R-00028/listing.html)
 
Place of Performance
Address: Hopi Health Care Center (HHCC), located on the Hopi Reservation, Polacca, Arizona, United States
 
Record
SN04836360-W 20180301/180227231436-80daea281873518132eb6edc99f2a20c (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.