SOURCES SOUGHT
C -- Indian Health Services Nationwide A-E IDIQ
- Notice Date
- 10/17/2022 11:14:17 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H701-23-R-00009
- Response Due
- 11/16/2022 10:00:00 AM
- Archive Date
- 12/31/2023
- Point of Contact
- Shaukat Syed, Phone: 2147673934, Jenny Scroggins, Phone: 2147676613
- E-Mail Address
-
shaukat.syed@ihs.gov, jenny.scroggins@ihs.gov
(shaukat.syed@ihs.gov, jenny.scroggins@ihs.gov)
- Description
- This is a SOURCES SOUGHT notice. The purpose of this Sources Sought Notice is to conduct market research pursuant to FAR Part 10 to gain knowledge of interest, capabilities and qualifications of firms, especially small businesses including: Native American/Indian-Owned Businesses, 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses. This notice is intended strictly for Market Research to determine if a� Set Aside can fulfill the requirements set forth in this request for information.� This sources sought is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT A REQUEST FOR A STANDARD FORM 330; nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The North American Industry Classification Code (NAICS) 541330, Engineering Services. The small business size standard is $22.5M. Project Description: The Indian Health Service (IHS), an agency in the U.S. Department of Health and Human Services (HHS), provides a comprehensive health service delivery system for millions American Indians and Alaska Natives (AI/AN). Work to be performed under this Sources Sought notice shall include the twelve (12) physical IHS Area Offices and their surrounding coverage areas across 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 Indian Health Service (IHS), Division of Engineering Services (DES), under Public Law 92-582 (the Brooks Act) and FAR Part 36 procurement procedures, is seeking responses to the sources sought information listed below from Architect & Engineering (A-E) firms interested in proposing on an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The IDIQ contract will have a maximum capacity of $10.0 million for each contract awarded. It is anticipated that multiple IDIQs will be awarded; therefore, this market research will aid the Government in determining what firms possess the capability to execute the requirements within this notice and how many A-E IDIQ contracts will be awarded. The A-E firms awarded under this IDIQ will be providing professional services related to the planning, design, construction contract administration, post construction contract services and facility maintenance support services on facilities design projects and other A-E related services and studies at various Indian Health Service and Tribal health facilities, including major medical centers, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters and support facilities. Work on specific projects under this contract will not be requested or required except when the Contracting Officer awards task orders under the contract for such work. The A-E services that may be required under this contract include, but are not limited to: 1. Evaluations, Assessments, and Planning Services: � � a.� Planning, which includes space planning (for new or replacement healthcare facilities and expansion/renovation projects), medical equipment planning and assessments of the existing healthcare system and identify opportunities for improving healthcare service. This also includes the development of related planning documents (i.e., strategic plans, master plans, project justification documents, program of requirements, etc). The full list will be available in the subsequent Request for Qualification Statements. � � b. Facility condition assessments � � c. Site development investigations and feasibility studies � � d. Cost estimating analysis � � e. Environmental site assessments and testing � � f. Geotechnical investigation and testing � � g. Water quality analysis � � h. Conceptual designs � � i. Space utilization planning and patient flow studies � � j. Energy modeling and sustainability studies � � k. Building systems evaluations � � l. Electrical studies and evaluation of power quality problems � � m. Pre-design commissioning activities � � n. Code compliance reviews (NFPA, NEC, ASHRAE, FGI, ADA, building codes, etc.) � � o. Legal survey work for real property transfers including metes and bounds surveys 2. Design Services: Design and develop all-inclusive construction bid documents for healthcare facilities projects, ranging from small scale renovations or major expansions to new stand-alone clinics. 3. Construction Contract Administration and other A-E related services: � � a. Value engineering � � b. Participating in pre-construction conferences � � c. Responding to construction contractor requests for information (RFI) � � d. Construction commissioning � � e. Reviewing construction submittals and shop drawings � � f. Performing construction inspections and preparing field observation reports � � g. Advising the project officer regarding deficiencies and recommended actions � � h. Preparing revision drawings or architectural supplemental instructions (ASI) � � i. Managing document versions and revisions � � j. Reviewing contract modification proposals � � k. Reviewing contractor progress payment requests. 4. Post-Construction Contract Services: � � a. Pre-occupancy commissioning � � b. Issuing punch lists and certificates of completion � � c. Preparing record drawings and as-built drawings � � d. Preparing operation and maintenance manuals � � e. Providing training on proper operation, maintenance of equipment, support for building automation, and systems troubleshooting � � f. Facility maintenance support services. **The prime A-E firm shall have Mechanical, Electrical and Plumbing (MEP) engineers in house and self-perform these disciplines. Interested firms who meet the capability requirements identified in this notice are requested to reply to this announcement with a response to the specialized qualifications below. If no experience or capabilities are associated with a particular requirement, so indicate. Submission Package:� Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: * Shall not exceed 20 pages, Microsoft Word compatible, version 2003 or newer or PDF. The submission shall address all twelve (12) questions in the Sources Sought Questionnaire (below) and the firm's ability to perform the services as stated in description section of this Sources Sought Notice. SOURCES SOUGHT QUESTIONNAIRE: 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. SAM Unique Entity ID (uEI): 4. North American Industry Classification System (NAICS) code(s) (list all NAICS codes your firm is registered under): 5. Identify a responsible point of contact who can be contacted regarding your response, their phone number and email address: 6. Check All That Apply: Our firm is a: ( ) 8(a) small business,� ( ) Service-disabled veteran-owned small business,� ( ) HUBZone small business,� ( ) Small Disadvantaged Business,� ( ) Woman Owned,� ( ) Minority Owned,� ( ) Native American (Indian Small Business Economic Enterprise (ISBEE),*(see below) ( ) Indian Economic Enterprise (IEE) (large business), *(see below) ( ) Small Business,� ( ) Large Business � *For Indian owned businesses (ISBEE/IEE), the following TWO (2) forms shall be completed and submitted along with your firm�s response: (1) A10 Attachment 1 - IHS IEE Representation Form Jan 2022 along with the controlling enterprise�s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission. (2) A10 Attachment 2 � Sources Sought IEE Self-Performance Worksheet: **Prospective Offerors that self-certify as an Indian Small Business Economic Enterprise (ISBEEs) are required to meet the definition of an Indian Economic Enterprise (HHSAR 326.601), including 51% ownership by an Indian or Indian Tribe, and receive at least 51% of the earning from the contract; therefore, ISBEEs will be required to demonstrate the ability to allocate at least 51% of the earnings to one or more Indians or Indian Tribal entities for each task order awarded under this IDIQ. 7. Will your firm be proposing as an:� ( ) Sole A-E Firm, or ( ) ISBEE Prime A-E Firm (small business) performing more than 50% of the work with other ISBEE subconsultant(s) (Insert ISBEE business name, business size, uEI and cage code (if applicable) and work which will be sub-consulted), or� ( ) Prime A-E Firm (if small business) performing more than 50% of the work with the following team member subconsultant(s) (Insert business name, business size, UEI and cage code (if applicable), and work which will be sub-consulted), or� ( ) Joint venture with (Insert business name, business size, uEI and cage code).� (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b). 8. Please list in-house capabilities, specifically addressing Mechanical, Electrical and Plumbing in-house capabilities. 9. Experience: � � a. Has your firm performed and/or are in the process of performing A-E services as described above? � � b. Has your firm worked with or had any interaction with any tribal nations or groups? � � If so, provide customer references, locations, scope of effort, dollar value and dates of efforts performed within the past five years.� � With each project experience provided, include the owner, date when the project was completed (or will be completed), location of the project, contract amount, size of the project, estimated construction cost (if applicable), and the portion and percentage of work that your firm performed, and a description of how your firm's experience relates to the proposed project(s). 10. Capabilities: Does your firm have qualified and experienced personnel to provide A-E Services relative to the requirements stated above? Provide the number of qualified key personnel, minimum and maximum years of experience and the average years of experience. 11. Does your firm possess, or have the ability to possess, the required licenses, permits and/or certifications to perform A-E Services?� 12. Description of how many of the following licensed, registered, or certified professionals with within your firm's workforce: Architect(s), Landscape Architect(s), Mechanical Engineer(s), Electrical Engineer(s), Environmental Engineer(s) and Civil Engineer(s) with experience in health care planning. Please provide information on how many of these professionals, by discipline, have worked on relevant projects and the respective number of years each of these professionals have been engaged in practice of their specific discipline. Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by Wednesday, 16 November 2022, 12:00 P.M. Central Time. All responses under this Sources Sought Notice must be emailed to Shaukat Syed, Contracting Officer, at Shaukat.Syed@ihs.gov. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, SF330, etc.) will not be considered. Questions concerning this notice should be directed to Shaukat Syed, Contract Specialist at Shaukat.Syed@ihs.gov. Personal visits for the purpose of discussing this announcement will not be scheduled.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d12d2d78de72466487bbfead9a55ca97/view)
- Place of Performance
- Address: Dallas, TX 75202, USA
- Zip Code: 75202
- Country: USA
- Zip Code: 75202
- Record
- SN06495352-F 20221019/221017230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |