COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7, 2001 PSA #2783
SOLICITATIONS
C -- ARCHITECT/ENGINEERING SERVICES FOR HEALTHCARE FACILITIES AND OTHER SUPPORT SPACE FOR THE CALIFORNIA INDIAN HEALTH SERVICE AREA OFFICE
- Notice Date
- February 5, 2001
- Contracting Office
- Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433
- ZIP Code
- 75202-5433
- Solicitation Number
- RFP/161-01-0015
- Response Due
- February 22, 2001
- Point of Contact
- Barry J. Prince, Contracting Officer, (214) 767-6613
- Description
- The Indian Health Service (IHS), Engineering Services -- Dallas, is issuing this "SOURCES SOUGHT" notice in an effort to locate A/E firms in the Sacramento, California, metroplex that are at a minimum 51 percent Indian owned, controlled, and operated. The selected contractor will provide a non-exclusive contract for A/E services for Healthcare Facilities and Other Support Space for the California Indian Health Service Area Office. In accordance with the Public Health Service Acquisition Regulation (PHSAR) Paragraph 380.503(E), under a 51 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 an "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 design project is $100,000 to $400,000. Contract type will be Indefinite Delivery Quantity. Specific projects, as they occur, will be accomplished by negotiation and issuance of delivery orders. The proposed contract will be for an initial period of 365 days or $1 million, whichever occurs first, with four one-year options that may be exercised at the Government's discretion. Multiple awards may be made. Overhead and discipline labor hourly rates for the option years will be negotiated up-front, prior to the contract award. The evaluation factors for selection, in descending order of priority, with factors 1, 2, and 3 having the same weight are: (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF PRINCIPALS, PROJECT MANAGERS, KEY STAFF AND CONSULTANTS: Professional qualifications of the principals, design staff and project managers; sufficient staff; length of time principals, firms, and primary consultants have been performing services similar to those required by this contract. Technical competence and skills: specific healthcare and support space experience, including but not limited to planning, conceptual design, knowledge and incorporation of all applicable codes, evaluation of alternatives; construction inspection skills; CADD capabilities; All architects and engineers shall be registered/licensed in the state of California (2) COMPOSITION OF LOCAL OFFICE STAFF: The A/E office shall have a minimum core staff of Two registered architect specializing in healthcare facilities, and at least one registered, civil/structural engineer, mechanical engineer, or electrical engineer. In lieu of a registered engineer on staff, established long-term experience with a consulting firm will be acceptable. The local office shall have sufficient support staff; (3) LOCATION OF A/E FIRM'S AND CONSULTANTS' OFFICES RELATIVE TO EACH OTHER AND THE CALIFORNIA AREA OFFICE: Relative travel time and communication ability between prime firm and consultants relative to each other and to the California Area Office. It is preferred that the Primary A/E office be located within the Sacramento, California, metroplex; (4) FIRM'S AND CONSULTANTS' PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR MAGNITUDE AND COMPLEXITY TO THIS REQUIREMENT: Presented proof of design abilities, accuracy, project management, federal contracting requirements, scheduling, budgeting compared to design estimates, estimates compared to final project costs, timeliness, and the demonstrated responsiveness to the needs and requirements of the customer; and (5) ANALYSIS OF CURRENT AND PROJECTED WORKLOAD: Demonstrated ability to provide and devote a total team response to complete healthcare and support space projects on schedule. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest and the certification described above; (2) TWO Standard Form 254's, A/E and Related Services Questionnaire for the Firm and All Consultants; and (3) Two Standard Form 255's, A/E and Related Services Questionnaire for Specific Projects to: Barry J. Prince, Contracting Officer, Indian Health Service, Engineering Services -- Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433, no later than 4:30 p.m., (Dallas time), Thursday, February 22, 2001. Based on the number of qualified submittals received, the Contracting Officer will determine if a Buy Indian Set-Aside is appropriate. Facsimile copies will NOT be accepted.
- Record
- Loren Data Corp. 20010207/CSOL006.HTM (W-036 SN50C825)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|