COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2001 PSA #2985
SOLICITATIONS
C -- ID/IQ CONTRACT FOR ARCHITECT AND ENGINEERING SERVICES FOR INDIAN HEALTH SERVICE -- DIVISION OF ENGINEERING SERVICES -- SEATTLE -- ABERDEEN AREA
- Notice Date
- November 23, 2001
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Seattle Office of Engineering Services, 2201 6th Avenue Mail Stop RX-24, Rm 710, Seattle, WA, 98121
- ZIP Code
- 98121
- Solicitation Number
- 102-AE-02-0002
- Response Due
- December 26, 2001
- Point of Contact
- Dennis Goss, Contract Specialist, Phone 206.615.2533, Fax 206.615.2466, Email Dgoss@ess.ihs.dhhs.gov -- Monica Mendoza, Contracting Officer, Phone 206.615.2504, Fax 206.615.2466, Email Mmendoza@ess.ihs.dhhs.gov
- Description
- The Indian Health Service (IHS), Division of Engineering Services ? Seattle (DES-S), requires the services of Architect-Engineer firm(s) for a multi-discipline Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for supplemental A/E services for a period of one year with four one-year option periods. The primary area of geographic coverage is the IHS Aberdeen Area, consisting of the states of Iowa, Nebraska, North Dakota, and South Dakota. The contracts may also be used to respond to requirements in other areas as determined by the Contracting Officer on a case basis. The services to be provided include design and construction phase A/E services for improvements and remodeling of clinical and clinical support facilities at various IHS/Indian Health Service or Tribally-owned hospitals, clinics, and health-related facilities projects including living quarters for hospital staff. The projects may range in scope from code compliance inspections, and reports, to complete design services, master plan studies, feasibility studies, surveys, geotechnical investigations, construction administration and inspections, site investigation, planning, programming, survey and geotechnical report, engineering studies, sustainable architectural design, space planning, interior design, schematic concept, preliminary and final design, construction cost estimating, other engineering services and construction phase services for the subject project including life cycle cost analysis. Asbestos abatement and/or hazardous materials related to the design may be required but will be incidental to other design services and will not exceed 25% of the Task Order (TO) design fee. A multiple award ID/IQ contract is anticipated. A maximum of three (3) contracts will be awarded. Each contract will have a guaranteed minimum of $10,000.00 to be awarded in the base contract period. No minimum amount applies to the option periods. The average TO is expected to be $40,000 to $50,000. The total estimated fee to be paid for the contractor's services performed under the contract is $300,000 per year. These estimates of the average TO and probable needs are for information only and are not intended to imply that the estimates are an exact indication of the average TO or total services that will be required. Reference FAR 52.216-19, TO Limitations: The individual TO limitation shall be: (a) Minimum: $500; and Maximum: (1) The single/combination item TO maximum limitation shall be $300,000; (2) the 30-day aggregate TO maximum shall be $300,000; and (3) the yearly aggregate TO maximum limitation shall be $1,000,000. No individual TO shall exceed $300,000. The use of AutoCAD Release 2000 or most current shall be required in the preparation of contract drawings. The design of architectural, mechanical, electrical, structural, civil, or other engineering features of the work shall be accomplished or reviewed and approved by architects or engineers registered to practice in the particular professional field involved in a State or possession of the United States, in Puerto Rico, or in the District of Columbia. All services will be procured through the issuance of individual fixed-price task orders, each defined by a separate scope of work. If more than one ID/IQ contract is awarded, the Contracting Officer will consider the following factors in selecting the ID/IQ contractor for each task order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among all the contractors. =20 =20 A/E firms must meet these following minimum requirements to be considered for work: Physical location in the IHS Aberdeen area. The technical evaluation criteria are, in descending order of importance: (1) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the A/E?s key personnel or team members in all applicable aspects of improvements and remodeling of hospitals, clinics, health stations, health centers, and other facilities, including experience by all disciplines in design, construction methods, systems maintainability and reliability, in cold, rural, and remote regions, as may be demonstrated by the following: (a) experience in long range master planning, (b) experience in physical plant and infrastructure surveys, (c) experience in hospital and health care facilities, (d) experience in design of renovation, rehabilitation, and repair projects, and (e) experience in design of new construction hospitals with an emphasis on hospitals and health care facilities; (2) PAST PERFORMANCE in last five years on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, (3) PROFESSIONAL QUALIFICATIONS of the A/E?s key personnel team members necessary for satisfactory performance of the required services, as may be demonstrated to support Facilities Programs for Life Safety, Environmental Issues, Design Compliance, Energy Management, Accessibility, and Long Range Master Planning; (4) DEMONSTRATED EXPERTISE AND EXPERIENCE in working as a team, if applicable, with listed subcontractors, consultants, or sub consultants, and ability to effectively manage multiple-firm teams, (5) CAPACITY to respond and accomplish the work in the required time as may be demonstrated by the following: (a) documented successful experience in meeting established project schedules, (b) the firms ability and experience with computer assisted design and engineering, (c) the firms capacity and ability to successfully mange subcontractors and consultants, and (d) discussion of the firm?s current workload; (6) LOCATION of, and knowledge and experience by, the principal contractor and consultants in the Aberdeen Service Area. =20 Pertinent statements relative to the evaluation factors shall be included in Part 10 of Standard Form 255. In addition, in Part 10, provide descriptions of no more than two (2) projects listed in Part 8 of Standard Form 255 demonstrating the experience and expertise required in the evaluation factors. Provide current names and telephone numbers for references for described projects. Short-listed A-E?s will be asked for a Quality Assurance Project Plan (QAPP) prior to the interview stage. The QAPP will include an explanation of the management approach, an organization chart showing the inter-relationship of management and team components, and specific quality control process used; a listing of present business commitments with their required completion schedules; financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references (include three (3) or more with names and telephone numbers of the contract administrators). The selected firm must perform all the required design services in their own existing active production office located within the Aberdeen Service Area identified herein, through which all daily management, communication and control will be coordinated and handled. Responding firms are required to clearly identify tasks to be performed in-house and those to be subcontracted. It is the intention of the evaluation board to interview at least three of the most highly qualified firms in Seattle, Washington at the offices of the Division of Engineering Services. The contractor, or its subsidiaries or affiliates who perform the A/E design for the TO projects, shall not be eligible for award of any subsequent construction contracts for those projects. Estimated anticipated workload is 30 percent architectural, 30 per cent mechanical engineering, 30 per cent electrical engineering, and 10 per cent other engineering. Submittals must be received by 12:00 P.M., Pacific Time, on December 21, 2001. Submittals to be sent to HHS/IHS/Division of Engineering Services ? Seattle, 2201 Sixth Avenue, Room 710, Mail Stop RX-24, Seattle, WA 98121. Reference 102-AE-02-0002. This notice is intended to provide sufficient information for preparation of the Standard Form 254 and 255. THIS IS NOT A REQUEST FOR PROPOSAL. Point of Contact Dennis X. Goss, Contracting Specialist, Phone (206) 615-2533, Fax (206) 615-2466, Email Dgoss@ess.ihs.dhhs.gov Place of Performance Address: Division of Engineering Services ? Seattle, Indian Health Service Contracting, 2201 Sixth Avenue, Room 710, Mail Stop RX-24, Seattle, WA=20 Postal Code: 98121 Country: USA
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/IHS/IHS-Seattle/102-AE-02-0002/listing.h tml)
- Record
- Loren Data Corp. 20011127/CSOL002.HTM (D-327 SN5136F8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on November 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|