Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12,1995 PSA#1450

PHS-6, Office of Engineering Services, 1200 Main Street, Room 1900, Dallas, Texas 75202-4348m (214) 767-3492

C -- ARCHITECT/ENGINEERING SERVICES PRIMARILY FOR MECHANICAL, ELECTRICAL, AND PLUMBING SPECIALTIES WITHIN THE DALLAS, OFFICE OF ENGINEERING SERVICES SERVICE AREA Sol. 161-96-0005. Due 102695. POC: Barry J. Prince, Contracting Officer, (214) 767-3492. In-house engineering services primarily for mechanical, electrical, and plumbing (MEP) specialties for Indian Health Service facilities located within the administrative jurisdiction of the Dallas Office of Engineering Services (OES) Service Area are required for an indefinite-delivery requirements contract. Architectural, structural, civil, and environmental disciplines may also be required as consultants for design and construction administration services. THIS IS A ``SOURCES SOUGHT'' NOTICE FOR 100 PERCENT INDIAN OWNED, CONTROLLED, AND OPERATED FIRMS. In accordance with the Public Health Service Acquisition Regulation (PHSAR) Paragraph 380.503(E), under a 100 percent Buy Indian Set-Aside, not more than 50 percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, the work to be performed does not include the provision of materials, supplies, or equipment. In order for an Indian firm to prove they meet the qualifications requirement of the Buy Indian Set-Aside restriction, i.e., offerors who are currently certified by the Indian Health Service (IHS) or the Bureau of Indian Affairs (BIA) as in ``Indian Firm'', they need to submit their certification (Tribal Affiliation and Degree of Indian Blood) with their SF 254/255. Offerors who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the ``Buy Indian Act.'' The estimated dollar range for each construction project to be awarded under this requirements-type contract is $25,000 to $500,000. Specific projects, as they occur, will be accomplished by negotiation and issuance of delivery orders. The amount payable under this proposed requirements-type contract is estimated not to exceed $300,000 per year. The proposed contract will be for an initial one year with four one-year options that may be exercised at the Government's discretion. Overhead and discipline hourly rates for the option years will be negotiated before the award of this contract. The evaluation factors for selection of the MEP engineer and consultants, in descending order of priority with the first two having equal value, are: (1) MEP qualifications (overall experience of staff as an MEP firm), (2) experience of the staff assigned to the project (overall design ability of principals and professionals; specific mechanical/electrical design ability; experience in hospitals, clinics, labs, and OPD facilities; administrative ability in HVAC balancing; construction cost estimating ability), (3) professional qualifications (overall adequacy of staff, qualifications of principals and project managers, length of time firm has been established as an MEP firm, and qualifications as a prime contractor), (4) past performance record on contracts with government agencies and private industry projects including overall project designing, managing, scheduling, and budgeting ability, (5) location of the main office of the firm(s) and consultants relative to each other and to OES-Dallas and knowledge of the OES-Dallas service area and the IHS project sites, and (6) analysis of current and projected workload including combined availability of total team response to be devoted to this project. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest and the Certification described above; (2) a Standard Form 254, A/E and Related Services Questionnaire for the firm and all consultants; and (3) Standard Form 255, A/E and Related Services Questionnaire for Specific Projects to PHS-6, Barry J. Prince, Contracting Officer, Office of Engineering Services, 1200 Main Street, Room 1900, Dallas, Texas, 75202-4348 by close of business, Thursday, October 26. No other general notification for these services will be made. In fairness to all firms, additional information will not be released to response to individual inquiries. The Contracting Officer will consider specific expressions of interest in response to this notice to determine if a 100 percent Buy Indian Set-Aside is appropriated. THIS IS NOT A REQUEST FOR PROPOSAL. Facsimile copies will not be accepted. (283)

Loren Data Corp. http://www.ld.com (SYN# 0008 19951011\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page