Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2009 FBO #2735
SOLICITATION NOTICE

C -- ARCHITECT & ENGINEERING SERVICES

Notice Date
5/21/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
AE-09-0005
 
Archive Date
7/7/2009
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Billings Area Indian Health Service (IHS) is seeking qualified Architect/Engineering (A/E) firms to provide design and construction phase A/E services for improvement and remodeling of IHS property and tribally owned health facilities. The projects may range in scope from pre-design studies (e.g., energy audits/studies, HVAC commissioning consultation, code compliance, geo-technical investigation and reports, legal surveys, master plan studies and reports) to complete building design, including new construction, to construction administration and inspection. Environmental remediation and value engineering incidental to the design may be required, but will not exceed 25% of the delivery order design fee. All measurements used in documents produced under the contract(s) will be expressed in dual units both English and metric (SI) units. Design and engineering features of the work accomplished under the proposed contract shall be accomplished or reviewed and approved by architects or engineers registered in a state or possession of the United States, in Puerto Rico, or in the District of Columbia. The contractor should have in-house capability in the following disciplines: architectural, mechanical, electrical, structural, civil, geo-technical, cost estimating, asbestos/hazardous materials, value engineering, and construction support. Business arrangements for those disciplines to be furnished by subcontracting or outside consultant services must be fully described. A statement indicating willingness to participate, signed by a principal member of each proposed consultant must be furnished. The primary area of geographic coverage is the IHS Billings Area, consisting of the states of Montana and Wyoming. All as-built or final drawings shall be supplied to IHS in electronic format compatible with AutoCAD. Selection will be based on the following evaluation factors, which are listed in descending order of priority. Verifiable documentation with a summary sheet must be provided to support each of the following evaluation factors: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in all applicable aspects of improvements and remodeling of hospitals, clinics, health stations, health centers, staff quarters, and other health-related facilities, including experience by all disciplines in design, construction methods, and system design for cold, rural, and remote locations; (3) Geographical proximity of design firm and consultant(s) principal office(s) to the project location; (4) Demonstrated expertise and experience in working as a team with listed sub consultants/subcontractors and ability to effectively manage multiple firm teams; (5) Capacity to respond and accomplish the work in the required time; (6) Demonstrated past performance in the last three (3) years on comparable projects with government agencies and private industry in terms of cost control, quality control, and compliance with performance schedules. Estimated anticipated workload is 30% architectural, 30% mechanical engineering, 20% electrical engineering, and 20% other engineering. Firms that meet the minimum requirements listed herein may submit the Standard Form SF-330, “Architect-Engineer Qualifications,” which shall be considered by the Agency. The Indian Health Service intends to award an Indefinite Delivery Contract (IDC) for a period of one (1) year with four (4) additional one (1) year option periods. Submittals must be received no later than 2:00 P.M. Mountain Time on JUNE 22, 2009. As required by the acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only with those firms considered most highly qualified after submittal review by the selection board. To be eligible for contract award a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/AE-09-0005/listing.html)
 
Record
SN01825572-W 20090523/090522000235-672d2c31fa79537feca3d9a8490efaed (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 |
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.