Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2003 FBO #0696
SOLICITATION NOTICE

C -- Lawton Hospital Remodel

Notice Date
10/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
 
ZIP Code
75202
 
Solicitation Number
161-04-0004
 
Response Due
11/25/2003
 
Archive Date
12/10/2003
 
Point of Contact
William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
 
E-Mail Address
wobershaw@esd.ihs.gov
 
Description
The Indian Health Service (IHS), Division of Engineering Services-Dallas is soliciting proposals from qualified Architectural/ Engineering firms for the development of plans and specifications for the Expansion and Renovation of the Lawton Indian Health Services Hospital, Lawton, Oklahoma. Reference Solicitation 161-04-0004. This project will be broken into two phases: Phase I ? Design. Phase I involves a pre-design submittal, a study of concepts submittal, department block diagrams submittal, and development of plans and performance specifications (construction documents) submittal for the expansion & renovation of the existing hospital. The scope of this project includes all design program of requirement space, mechanical and electrical systems and associated components. The project will be phased design and construction. The selected A&E (AE) firm will work closely with a Construction Management Firm (CM) in the development of bid documents and to generate the guaranteed maximum price. This is a phased project. The pre-design, concept, and department block diagram portion of Phase I will include all six (6) priority/phases and priority/phase Ba. The development of plan and specifications portion of Phase I will include only priority/phases 1, 2, 3, & Ba. To expedite the construction phase of the project, two pre-final construction bid packages will be developed. The Design Packages for this Project include the following: /Landscape Bid Package, Structural Bid Package. Final Construction Bid Package. Phase II ? Construction (Option) Phase II will involve installation details and construction. Phase II will include all work typically associated with A&E Construction Inspection Services. The estimated construction cost of the project is between $1M and $5M. . The design of the first phase (through construction documents) is to be completed within an estimated 180 days after receipt of award. Additional design phases may be negotiated as the project design progresses. METHOD OF SELECTION: Competitive formal sources selections procedures will be used in accordance with Part 15 of the Federal Acquisition Regulation (FAR). The qualifications submitted by each firm will be reviewed and evaluated for the most highly qualified firm. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation factors. The top ranked firms recommended for interview will be evaluated and recommended solely on their written responses to this announcement. Award may be made without conducting interviews at the discretion of the Government. Prime contractors assembling a team are cautioned that the evaluation will be based on the team, not just the prime firm. The Technical Evaluation Factors in descending order of importance are: (1) PROFESSIONAL QUALIFICATIONS OF FIRM AND ALL CONSULTANTS - for design and renovation of health care facilities of projects of similar size; length of time firms has been established; (2) SPECIALIZED EXPERIENCE AND PROFESSIONAL QUALIFICATIONS OF KEY STAFF OF FIRM AND ALL CONSULTANTS TO BE ASSIGNED TO THIS PROJECT - Include specific design ability in health care facilities, and document experience in commissioning, energy management control systems, project management software, and partnering; (3) OVERALL SPECIFIC PERFORMANCE AND EXPERIENCE - document experience in fast tracked projects, phased construction, scheduling, budgeting, estimating, etc. in operational health care facilities; (4) LOCATION OF OFFICE OF FIRM(S) AND CONSULTANTS - travel between the prime firm and consultants and the project location and ability to communicate electronically with consultants and the Government; (5) DESIGN EXPERIENCE WITH FEDERAL GOVERNMENT (IN PARTICULAR IHS) AND WITH NATIVE AMERICAN CULTURES (IN PARTICULAR THE NAVAJO CULTURE) - specific experience and/or plan for addressing each; (6) QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) - provide information on your firm?s QA/QC procedures to ensure plans and specifications are complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. Offerors are to submit (2) TWO Standard Form 254's, A/E and Related Services Questionnaire for the Firm and All Consultants; and (2) TWO Standard Form 255's, A/E and Related Services Questionnaire for Specific Projects. Offerors are required to must address all of the above related evaluation factors separately which shall be limited to 30 letter size, one-sided pages. This is to be submitted in addition to the 254?s and 255?s. THIS PROCUREMENT IS SET-ASIDE UNDER THE BUY INDIAN ACT, FOR FIRMS THAT ARE AT A MINIMUM 51 PERCENT INDIAN OWNED, CONTROLLED, AND OPERATED. 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.? Qualification packages are to be sent to: Mr. William E. Obershaw, Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualification packages must be submitted not later than 2:00 p.m. (Dallas time), November 25, 2003. Electronic transmission of documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation shall be address in writing only and may be faxed to (214) 767-5194. No phone calls accepted.
 
Place of Performance
Address: Lawton Indian Health Services Hospital, Lawton Oklahoma
 
Record
SN00457809-W 20031024/031023061001 (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.