SOLICITATION NOTICE
C -- COMMISSIONING SERVICES IDIQ REQUIREMENTS AE SERVICES - SF-330 Form
- Notice Date
- 11/15/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- 241-14-0001
- Archive Date
- 12/31/2013
- Point of Contact
- Carol A Diaz, Phone: 605.226.7567, Nichole R. Lerew, Phone: 6052267567
- E-Mail Address
-
carol.diaz@ihs.gov, nichole.lerew@ihs.gov
(carol.diaz@ihs.gov, nichole.lerew@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF-330 Form, This requirement is set aside 100% for small businesses. These services will be acquired in accordance with the Brooks Architect-Engineer (AE) Act as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. AE services are required for one (1) Indefinite Delivery, Indefinite Quantity (IDIQ) Requirements Type of contract for commissioning services for the Department of Health and Human Services, Aberdeen Area Indian Health Service (AAIHS), Aberdeen, SD. One contract awarded will cover the AAIHS operated Hospitals, Health Care Clinics, and Health Care Centers across South Dakota, North Dakota and Nebraska. The purpose of commissioning services is to ensure existing and new facilities are provided with properly designed and energy efficient systems prior to facility acceptance. Additional commissioning services ensure the staff is provided with proper systems documentation, receive adequate training, and understand proper maintenance procedures. These fundamental elements of a facility program collectively result in decreases in facility energy use, improvements with equipment operation, reliability and useful life. The services sought under this contract include a selected range of Architectural and Engineering (AE) services for commissioning, re-commissioning and retro-commissioning of building systems such as heating, ventilation, and air conditioning (HVAC) systems, plumbing, electrical systems, alarm systems, protection systems, power production and distribution systems and other critical building systems inherent to health care facilities, facility envelopes and utilities. In this context "systems" and facility equipment to be evaluated, commissioned, re-commissioned, or retro-commissioned will be further defined under each issued Task Order. The best qualified firm will be selected to provide commissioning support services in the technical discipline areas of mechanical engineering, electrical engineering, life cycle cost/engineering economics, energy and water audits, building automation and control systems, value engineering and other specialty engineering associated with building systems. A general knowledge of other technical disciplines could be required to a lesser degree. The AAIHS operates health care programs at inpatient and outpatient health care facilities consisting of over 500,000 square feet of inpatient facilities and 600,000 square feet of outpatient facilities. Additionally, the AAIHS provides technical support to Tribes that own facilities and operate healthcare programs in over 460,000 square feet of buildings. The AAIHS has an ongoing and continuous requirement to commission newly constructed facilities and re-commission and retro-commission existing buildings. Similarly, when alteration, repair or improvement projects are completed in a building, the AAIHS may require commissioning services in conjunction with a specific project of that type. The Government shall seek the most highly qualified firm. Cost will not be used as an evaluation criteria for offers. The performance period for this IDIQ is one (1) base year and four (4) one year options. The estimated aggregated amount of the five (5) year term of the contract will be less than $1,000,000. Prior to issuance of a Task Order, the Government will request a proposal from the contractor. The request for proposal will delineate the (1) general scope of work; (2) location of work; (3) character and extent of services; (4) technical requirements which supplement or complement those contained in this basic contract; and (5) time period(s) within which the work must be performed. The firm shall prepare an estimate to perform the work and submit a proposal in writing to the Government in accordance with the time prescribed in the request for proposal. The firms' estimates shall include a rate schedule for all categories of personnel who will possibly perform work under the task order, along with rates for mileage and per diem in accordance with the Federal Travel Regulations. These rates will be used to develop cost for individual task orders. Each task order will contain the agreed to Scope of Work, type(s) of services(s) to be performed, specific deliverable items, and the negotiated fixed price cost for performing the work. Upon issuance of a task order, the firm shall furnish, in writing, the name of the Project Manager to the Contracting Officer's Representative (COR). The Project Manager shall be responsible for the complete coordination of all work developed under the particular task order. All work shall be accomplished with adequate internal controls and review procedures to eliminate conflicts, errors and omissions, and to insure the technical accuracy of all design information. The Government shall be notified, immediately in writing, of any changes in the firm's Project Manager. The firm's proposal shall include all perspective Project Managers, the type of work they will manage, and their qualifications. The successful offeror must have a sufficient number of personnel knowledgeable and current with the commissioning process. It is expected that the person designated as the Project Manager and the personnel on the project team have experience in the following areas: • Extensive experience in the operation and troubleshooting of HVAC systems and energy management control systems. • Knowledgeable in building operation and maintenance and O&M training. • Technical training in fire protection engineering, and/ or past commissioning, field experience, and knowledge in national building & fire codes as well as egress systems, water-based fire extinguishing systems, fire detection systems, fire alarm systems, smoke management systems. • Knowledge in national building & fire codes as well as water-based fire extinguishing systems, detection systems and alarm systems • Knowledgeable in test and balance of both air and water systems. • Knowledgeable in LEED and Sustainable design criteria. • Experienced in energy-efficient equipment design and control strategy optimization. • Specific experience with specialty systems relative to the particular facility type (i.e. medical gas, security systems, etc.). • Demonstrated experience with total building commissioning approach including building envelope, data and communication systems and other specialty systems. • Direct experience in monitoring and analyzing system operation using energy management control system trending and stand-alone data logging equipment. • Excellent verbal and writing communication skills. Highly organized and able to work with both management and trade contractors. • Experienced in writing commissioning specifications. • Membership with the Building Commissioning Association is desired. Additional personnel with commissioning experience, and depth of experience of all personnel, shall be taken into account during the selection process. The project team should be willing to travel to any of the AAIHS operated Hospitals, Health Care Clinics, and Health Care Centers across South Dakota, North Dakota and Nebraska. The successful offeror must also have additional staff to provide other areas of expertise as required, including the ability to design and/or replace systems found to be inadequate. SELECTION CRITERIA: The selection criteria for this action are listed below in descending order of importance. A. Demonstrated knowledge and relevant experience in performing a full range of commissioning services, including examples of specialized experience in the commissioning of newly constructed buildings, conducting energy audits and HVAC studies and related analysis and design, and the re-commissioning of a building after HVAC controls have been replaced. B. Professional qualifications of the staff to be assigned to this commissioning contract, with emphasis on commissioning experience and professional certifications and licenses for key personnel, including consultants and subcontractor personnel. C. Recent past performance on Federal Government projects, requiring commissioning services similar to those described in the Scope of Work. D. Demonstrated capability to provide recommendations and work efficiently and constructively with other AE firms and contractors when deficiencies are discovered. E. Demonstrated plan and capacity of the firm to manage multiple concurrent projects across the country. Each offeror shall be required to confirm they satisfy all of the following requirements to be eligible to contract with the Government: 1) Provide evidence of a current Dun and Bradstreet Data Universal Numbering System (DUNS) record. 2) Provide evidence of a current System for Award Management (SAM) record documenting size status and other socioeconomic qualifications. SUBMISSION REQUIREMENTS: All proposals shall describe the firm's ability to perform the required services in sufficient detail for the Government to properly evaluate. No supplemental information will be requested or accepted after the proposal due date. The following information shall be submitted in response to this solicitation. 1) Interested parties having the capabilities to perform this work shall submit six (6) copies of fully completed Parts I and II of the Standard Form (SF) 330. In block 5 of the SF 330, Part I, include the Dun and Bradstreet Data Universal Numbering System (DUNS) identifier for the principal firm making the submission. A DUNS identifier can be obtained by contacting Dun and Bradstreet at 1-866-705-5711. On the SF 330, Part I, Section F, include the title and contract award date for each project listed in that section. Include a minimum of three (3) projects that best illustrate the firm's commissioning, re-commissioning, and retro-commissioning qualifications but limit to no more than ten (10) projects. 2) Interested parties having the capabilities to perform this work shall submit six (6) copies outlining their commissioning methodology. 3) Interested parties shall also submit a minimum of one (1) copy of a Commissioning Plan, Retro-commissioning plan, or Re-commissioning plan that was executed and a minimum of one (1) copy of a functional test procedure form that was executed. These documents will supplement the information provided in items 1) and 2) above and serve as representative examples of the firms' previous relevant experience. RESPONSIVENESS TO THE SUBMISSION REQUIREMENTS: Proposals submitted lacking any of the three (3) submission requirements will not be considered for evaluation. Submit responses to the following: Division of Acquisition Management Chief of the Contracting Office Aberdeen Area Indian Health Service ATTN: Carol Diaz 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Submissions shall be received at the above address no later than 4:00 p.m. Central Standard Time (CST), Monday, December 16, 2013. Each copy of the completed SF 330 shall not exceed fifty (50) pages. A page is considered to be one side of an 8 ½-inch by 11-inch sheet of paper. Font size shall be no less than 11 point in a readily legible style. Margins shall be no less than one inch on all sides. No facsimile or email copies will be accepted. This is not a request for proposals. No solicitation package is available for this action. Contracting Office Address: 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Primary Point of Contact: Carol Diaz carol.diaz@ihs.gov Phone: (605) 226-7308 Technical Point of Contact: Delton Woodford, P.E. Delton.woodford@ihs.gov 605-945-5068
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/241-14-0001/listing.html)
- Place of Performance
- Address: Indian Health Service hospitals, Health Care Centers and Clinics throughout South Dakota, North Dakota and Nebraska, Aberdeen, South Dakota, 57401, United States
- Zip Code: 57401
- Zip Code: 57401
- Record
- SN03234930-W 20131117/131115234146-d3d130031e5ae01b373fb5f042ca0870 (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 |