MODIFICATION
C -- Architect-Engineer Services, Indian Health Service, Albuquerque Area Sanitation Facilities Office
- Notice Date
- 7/5/2007
- Notice Type
- Modification
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HHSI161200700085C
- Response Due
- 8/10/2007
- Archive Date
- 8/11/2007
- Point of Contact
- Misty Gates, Contract Specialist, Phone 214/767-5194, - John Peacock, Procurement Assistant, Phone 214-767-6613, Fax 214-767-5194,
- E-Mail Address
-
misty.gates@ihs.gov, John.Peacock@ihs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- Description included in synopsis posted 6/19/2007 is hereby deleted and replaced with the description included herein. Description 7/5/2007: Architect-Engineering Services, Albuquerque Area Indian Health Service, Sanitation Facilities Office The Indian Health Service (IHS), Division of Engineering Services ? Dallas (DES), is seeking qualified Architect-Engineering (AE) firms to submit proposals for AE Services necessary to support the Albuquerque Area IHS, Sanitation Facilities Construction Office. The selected firm will provide a nonexclusive contract for engineering, environmental, hydrogeological, geotechnical, and support services relating to sanitation facilities planning, design, and construction for the Sanitation Facilities Construction Branch (SFC), Albuquerque Area IHS Office. The estimated dollar range for each design project is $10,000 to $200,000. The contract type will be Indefinite Delivery/Indefinite Quantity (IDIQ). 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 calendar days or $500,000, whichever occurs first, with four one-year option periods that may be exercised at the Government?s discretion based on the Contractor?s performance. Overhead and hourly rates for the base year and all option years will be negotiated up-front, prior to the contract award. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the evaluation criteria factors specified below. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. NOTICE OF SET-ASIDE: This procurement is a set-aside under the Small Business Competitiveness Demonstration Program. North American Industry Classification System (NAICS) Code 541310 is applicable to this procurement. The small business size standard applicable to the procurement is $4.5 million. Firms interested in submitting their qualifications for this procurement must submit a Standard Form (SF) 330, Architect-Engineer Qualifications Form with supplement forms as necessary. (These forms may be obtained at www.gsa.gov). Qualifications submitted on a SF 330 will be reviewed and evaluated to identify the most highly qualified firms. Firms must fully address their capability and qualifications and fully address each of the five evaluation factors listed below to be considered by the source selection board. Oral interviews may be held at the discretion of the Government. Evaluation Factors: (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF PRINCIPALS, PROJECT MANAGER, KEY STAFF AND CONSULTANTS: Civil Engineering, Land Surveying, & Mapping: Principal Professional Civil Engineers and Land Surveyors are to show registration in the state of New Mexico. Principals, design staff, and project managers to list experience with coordination of civil engineering, electrical, hydrogeological, geotechnical, and environmental (archaeology and biology) disciplines, inclusive of proposed consultants, as they relate to sanitation facility planning, design, and construction. The following specialized technical skills and disciplines are to be outlined in the proposal: small community sanitation facility design, sanitation facilities studies (infiltration and inflow studies, hydraulic analysis of water distribution and sewage collection systems, etc.), geodetic and engineering surveying, photogrammetry, spatial computing, mapping, geographic information systems (GIS), computer aided drafting (CAD), geotechnical evaluation, construction inspection, and electronic control system design and integration. Hydrogeological Professionals: Principals are to have at minimum a Masters Degree in Hydrogeology and 3 years experience in New Mexico consulting on large capacity public water supply wells. Environmental Professionals: Principal archaeological investigators are to have at minimum a Masters Degree in Archaeology or Anthropology and 3 years field experience in New Mexico. Principal biological investigators are to have at minimum a Masters Degree in Biology and three years field experience in New Mexico. Firms are to show specialized technical skill and experience with environmental assessments and reviews for compliance with the National Environmental Policy Act, Endangered Species Act, National Historic Preservation Act, and other federal environmental laws, regulations and executive orders. (Weight Factor: 25.) (2) COMPOSITION OF PRIMARY OFFICE STAFF: The primary Civil Engineering office shall have at minimum a senior principal that is a Registered Professional Civil Engineer in the State of New Mexico, a Registered (New Mexico) Land Surveyor, GIS/AutoCAD Technicians/Draftspersons, and Field Technicians. (Weight Factor: 20.) (3) LOCATION OF CIVIL ENGINEERING FIRM AND CONSULTANTS? OFFICES RELATIVE TO EACH OTHER AND THE ALBUQUERQUE AREA OFFICE: Primary Civil Engineering Firm and Consultants? offices proximity to the Albuquerque, NM metroplex. Relative travel time and communication ability between prime firm and consultants relative to each other and to the Albuquerque IHS Area Office. (Weight Factor: 20.) (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 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. (Weight Factor: 15.) (5) ANALYSIS OF CURRENT AND PROJECTED WORKLOAD: Demonstrated ability to provide and devote a total multi-disciplined team response to complete sanitation facilities related projects on schedule. (Weight Factor: 15.) (6) PARTICIPATION, INVOLVEMENT, AND ASSISTANCE WITH INDIAN PROFESSIONALS AND COMMUNITY: Demonstrated experience working on tribal lands. Demonstrated experience working with tribal professionals and governments. (Weight Factor: 5.) The selected firm will be subject to an audit by Defense Contract Audit Agency to verify their overhead/discipline hourly rates. MANDATORY REGISTRATION REQUIREMENT: Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration: Any and all firms or persons wishing to respond to this announcement must be registered in the Central Contractor Registration (CCR) database which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during the performance, and through final payment of any contract. Submittal Requirements: One original with original signature must be submitted and four copies. Submittal packages must be on 8? X 11 ?? paper in neat orderly presentation folders with the name of the firm and project title on the cover page. Type size and font should be 12 Times New Roman for ease of reading. OFFERORS MUST FULLY RESPOND TO REQUIREMENTS AND FULLY ADDRESS THE EVALUATION FACTORS TO BE CONSIDERED. THERE ARE NO OTHER DOCUMENTS AVAILABLE. Qualification packages are to be sent to Mr. William Obershaw, Chief of Contracting, Senior Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualifications packages must be received by the Contracting Officer by no later than 2:00 p.m. (central time) on August 10, 2007. Electronic transmission of proposal documents (i.e., e-mail, facsimile, etc.) will NOT be accepted. Point of contact for this procurement is Ms. Misty L. Gates, Contract Specialist. Questions concerning this procurement shall be submitted via E-MAIL only to misty.gates@ihs.gov . Telephone inquiries cannot be accepted and will NOT be returned.
- Place of Performance
- Address: 5300 Homestead Road NE, Albuquerque, New Mexico
- Zip Code: 87110
- Country: UNITED STATES
- Record
- SN01335032-W 20070707/070705220448 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |