Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
MODIFICATION

C -- IHS Health Care Facilities Design IDIQ (Recovery)

Notice Date
10/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
 
ZIP Code
98121
 
Solicitation Number
IHSfacilities100909
 
Archive Date
12/31/2009
 
Point of Contact
Casey B. Lafran, Phone: 206-615-2462
 
E-Mail Address
casey.lafran@ihs.gov
(casey.lafran@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Portland Area Indian Health Service, Division of Health Facilities Engineering, is seeking qualification statements of A/E firms to provide professional design services for various projects in the pacific northwest. Qualification Statements (SF-330) submitted in response to this notice will be used to select the most highly qualified AE for award of an Indefinite Delivery - Indefinite Quantity (IDIQ) contract. Professional services include planning, design, construction contract administration, and post construction contract services for various federal and tribal health facilities located in Washington, Oregon and Idaho. Health facilities include health care clinics, wellness centers, support buildings, and associated infrastructure ranging in size from 1,000 square feet to 50,000 square feet. Under this Health Facilities Engineering (HFE) program, IHS conducts projects to perform major maintenance, periodic repair of building components, and facility improvements. The work will primarily take place at federally operated facilities in eight geographic locations. a. Ft. Hall Reservation, ID b. Salem, OR c. Makah Reservation, WA d. Yakama Reservation, WA e. Colville Reservation, WA f. Spokane Reservation, WA g. Spokane, WA Additional work needs may occasionally be identified at tribally run health facilities. There are several of these facilities throughout Washington, Oregon and Idaho, with the highest concentration being in Washington, then Oregon. The resultant contract will be for a base period of 365 calendar days with four option years that may be exercised by the Government. Services include, but are not limited to: a. Evaluations, Assessments, and Planning Services: facility condition assessments; site development feasibility studies; conceptual designs; cost estimating; space planning and space efficiency studies; energy modeling and investment-grade energy feasibilities studies; building systems evaluations; electrical studies including short-circuit coordination studies and evaluation of power quality problems; pre-design commissioning activities; environmental testing and environmental site assessments; geotechnical and soil investigation and testing; water quality analysis; legal survey work for real property transfers including metes and bounds surveys. b. Design Services: development of design and construction documents (i.e. drawings, specifications) and associated engineering work in accordance with the Indian Health Service “Architect/Engineer (A/E) Design Guide”, dated 2007. c. Construction Contract Administration Support Services: participating in pre-construction conferences; responding to contractor requests for information (RFIs); reviewing construction submittals and shop drawings; performing inspections and field observation reports; advising the project officer regarding deficiencies and actions required or recommended; preparing supplementary drawings or revision drawings; managing document versions and revisions; reviewing contract modification proposals; reviewing contractor progress payments. d. Post-Construction Contract Services: commissioning; preparing operation and maintenance manuals; preparing conformed-set drawings; preparing record drawings and as-built drawings; issuing certificates of completion; providing training on proper operation; maintenance of equipment; provide support for building automation and systems troubleshooting e. Integrate Sustainable Features: To the maximum extent possible these scope items shall integrate or include sustainability features that will reduce the energy usage, water usage, reduce emissions, divert solid waste, reduce consumption of toxic materials and chemicals, increase organic waste diversion, ensure retrofitting and renovation promotes building’s long term viability, and other sustainable enhancements. All interested firms are required to submit five (5) copies of a recently completed Standard Form (SF) 330, Architect-Engineer Qualifications, in accordance with Numbered Note 24 to the Contracting Officer no later than Nov. 9, 2009 You may submit supplementary information that illustrates your firm’s ability to meet the evaluation criteria listed below. A/E Design Services Technical Qualification Evaluation Criteria. All responses shall be evaluated by the following criteria, listed in descending order of importance: 1. Professional Qualification and Experience 2. Management Plan and Team Organization 3. Geographic Proximity 4. Past Performance 5. Specialized experience 6. Capacity to Accomplish the Work > Professional Qualifications and Experience – Relevant qualifications and experience covering the following activities, as related to health facilities and associated structures: Assessment, Evaluation and Planning Services Design Services Integration of Sustainability into Design of Construction and Renovation Projects Construction Contract Administration Support Services Post-Construction Contract Services > Management Plan & Team Organization - The degree to which the anticipated management plan and team organization, including degree of principle participation, production coordination, division of work, quality assurance, cost control, and prior experience of the project team as a unit will meet the overall requirements of this contract. > Geographic Proximity – Location of offices and staff in the vicinity of potential work sites to increase the efficiency of service delivery and increase availability during task orders. The majority of work will be on Indian reservations distributed throughout Washington, Oregon, and Idaho. The greatest concentration of work is expected in Washington. > Past Performance – Past performance on similar contracts with government agencies, tribal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance documentation should, at a minimum, include a list of comparable projects. Each listed project should include the following. a.Owner b.Owner contact information c.Brief project description d.Cost of the project > Specialized Experience - Extent and quality of relevant specialized experience relating to engineering and architectural assessment of health facilities and the planning, design, construction contract administrative support, post-construction support, and facility maintenance support services relating to small facility renovations, expansions, maintenance, improvement and environmental projects at rural health centers serving American Indians and Alaska Natives, and working in a federal context. Examples include, but are not limited to: Experience working with small communities; Experience assisting clients in complying with federal environmental protection rules and laws associated with the National Environmental Protection Act (NEPA); Experience working in Indian country or with Indian tribes; Experience working with LEED or other environmentally sustainable design principles. Familiarity with the unique fiduciary responsibilities held by the federal government. Experience working with federal agencies. > Capacity to Accomplish Work – Project team’s capacity to perform and respond to a varying and uncertain workload in a timely manner and the stability/solvency of the firm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/IHSfacilities100909/listing.html)
 
Place of Performance
Address: Various sites in the Pacific Northwest, United States
 
Record
SN01986104-W 20091017/091015235142-b1ab05dc4f1ef594fbd0d7487c1a4076 (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.