Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2002 FBO #0066
SOLICITATION NOTICE

C -- Replacement Facility - Sisseton Health Center - Sisseton, South Dakota - Project AB2SI115V7 (YU00)

Notice Date
2/1/2002
 
Notice Type
Solicitation Notice
 
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-02-0011
 
Response Due
3/4/2002
 
Point of Contact
Monica Mendoza, Contracting Officer, Phone 206.615.2504, Fax 206.615.2466, - Monica Mendoza, Contracting Officer, Phone 206.615.2504, Fax 206.615.2466,
 
E-Mail Address
Mmendoza@ess.ihs.dhhs.gov, Mmendoza@ess.ihs.dhhs.gov
 
Description
The Indian Health Service (IHS), Division of Engineering Services Seattle (DES-S), requires the services of an Architect/Engineer firm for the design of an outpatient health facility in support of the Indian Health Service in Sisseton, South Dakota. The proposed contract will include an option for construction contract administration services. The estimated cost of construction for the project is over $10,000,000. The design phase services are expected to proceed approximately six (6) months after the date of this synopsis and are to be completed within twelve (12) months after contract award. Optional construction administration services are to be completed approximately twenty-four (24) months after design services are completed. Architectural/Engineering services shall include site verification of existing conditions, concepts, schematics, design development, and construction documents, with optional construction administration. The use of AutoCADD Release 2000 or most current version shall be required in the preparation of contract drawings. The prime contractor must be an architectural/engineering firm. The design of architectural, electrical, mechanical, structural, civil, and fire protection engineering services shall be accomplished or reviewed and approved by engineers and architects registered to practice in the particular professional field involved in a state or possession of the United States, Puerto Rico, or in the District of Columbia. Value engineering services will be required along with planning, design and acquisition support for telecommunications and medical equipment. Firms must have a physical location within the IHS Aberdeen area (consisting of the states of Iowa, Nebraska, North Dakota, and South Dakota) to be considered. The selected firm must perform all the required design services in their own existing active production office within the Aberdeen Service Area identified herein, through which all daily management, communication and control will be coordinated and handled. In the performance of this contract, at least 30% of the cost of contract performance incurred for personnel must be expended for employees of the prime contractor. The project is to provide a replacement outpatient health facility of approximately 7 600 gsm in Sisseton, South Dakota. Evaluation factors for this contractor selection are listed below in descending order of priority, except that factors 1 and 2 are of equal value: 1) Professional qualifications of primary firm and consultants, including key personnel, primary team members and supplemental/support staff for the design and contract construction support services of an outpatient health facility of approximately 7 600 gsm; 2) Specialized experience and technical competence in all key personnel, primary team members and supplemental/support staff in all applicable aspects of health facilities, including but not limited to, all disciplines in design, construction methods, systems maintainability and reliability, in cold, rural, and remote regions; 3) Past performance in last five years on contracts with Government agencies (Federal, Tribal, state and local) and private industry, in terms of cost control, accuracy of cost estimates, quality control, compliance with performance schedules, for both design and construction phases; 4) Capacity to respond and accomplish the work in the required time and description of anticipated management plan and team organization for this project, including but not limited to, degree of principal participation, production coordination, division of work, scheduling, quality assurance, cost control; 5) Primary firm's and consultant's offices geographical proximity of, and knowledge of, the Sisseton, South Dakota area; 6) Extent of actual Native American professional and paraprofessional participation on the project. All responsible sources may submit SF-254s and SF-255s that shall be considered by the agency. Those firms that meet the requirements described in this announcement and wish to be considered must submit a SF 254 for all members of the proposed team (prime and subcontractors) and a composite SF 255 for the proposed team. Pertinent statements relative to the evaluation factors shall be included in Part 10 of SF 255. In addition, in Part 10, provide descriptions of no more than two projects listed in Part 8 of SF 255 demonstrating verifiable experience and expertise required in the evaluation factors. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Provide current names and telephone numbers for pre-notified references for described projects. Short-listed A/Es 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). It is the intention of the evaluation board to interview at least three of the most highly qualified firms within twenty-one (21) days of receipt of the SF 254/255s. The contractor who performs the A/E design for this project shall not be eligible for award of any subsequent construction contract for this project. Site visits will not be arranged or permitted during the submittal period. This proposed acquisition is listed on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Act. Six sets of SF 254 and 255 submittals must be received by 1:00 P.M., local time, March 4, 2002. Submittals are to be sent to HHS/IHS/Division of Engineering Services, 2201 Sixth Ave., Rm. 710, MS RX-24, Seattle, WA 98121. This is not a request for proposals. Reference Number is 102-AE-02-0011.
 
Place of Performance
Address: See Description
 
Record
SN20020206/00022251-020204235922-W (fbodaily.com)
 
Source
FedBizOpps.gov 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.