SOURCES SOUGHT
C -- Development of the Scope of Work for a Requirements Document/Statement of Work (AE-1) Package
- Notice Date
- 8/8/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
- ZIP Code
- 75202
- Solicitation Number
- 16-161-SOL-00038
- Point of Contact
- Melissa D Warmath, Phone: 2147673517, Paul J Reed, Phone: 2066152504
- E-Mail Address
-
melissa.warmath@ihs.gov, Paul.Reed@ihs.gov
(melissa.warmath@ihs.gov, Paul.Reed@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research regarding the development of the Scope of Work for a Requirements Document/Statement of Work (AE-1) package to be utilized in a subsequent Two-Phase Design-Build construction project (North East Ambulatory Care Center (NEACC)) in Scottsdale, AZ in support of the Salt River Pima-Maricopa Indian Community. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability of Small Business Architect-Engineer (A-E) firms capable of producing a Requirements Document/Statement of Work (AE-1) package to be used in the Request for Proposal for the Two-Phase Design-Build contract. The AE-1 package will include, but will not be limited to, specifications/requirements for the NEACC; schematic design of the facility; selection and the design of the offsite utilities; to include Right of Way, Easements and Widening at the new NEACC located in Scottsdale, Arizona. The type of work to be performed will be Architect-Engineer Services under applicable NAICS code 541310 Architectural Services and 541330 Engineering Services. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. Responses Responses must be limited to five (5) letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code (if applicable), company point of contact (POC) and socioeconomic status under North American Industry Classification System (NAICS) code, Product Services Code (PSC), clearance level, and any other relevant/appropriate data. Formatting The responses should be in the following format/order: 1. General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. 2. Requirements: Provide professional qualifications necessary for satisfactory performance of required services. 3. Experience: Provide specialized experience and technical competence in the type of work required. 4. Past Performance: Provide past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Location: Provide geographical location of the office with respect to the area of the project and knowledge of the locality of the project. 6. Points of Contact: List one or more points of contact for your company. Restrictions on Response Questions regarding this RFI shall be emailed to Melissa.Warmath@ihs.gov and Paul.Reed@ihs.gov. Telephone solicitations and questions will not be entertained. How to Respond Please submit your response no later than Friday, 9 September 2016 at 2:00PM Central Time to Melissa.Warmath@ihs.gov and Paul.Reed@ihs.gov.. Please enter "A-E Sources Sought Response for Two-Phase Design-Build" into the email subject field. Primary: Melissa D. Warmath Contracting Officer Indian Health Service (IHS) Division of Engineering Services (DES) 1301 Young St., Suite 1071 Dallas, TX 75202 Office Phone No.: 214-767-3517 Melissa.Warmath@ihs.gov Secondary: Paul J. Reed Deputy Director for Acquisition Management Chief of the Contracting Office Indian Health Service (IHS) Division of Engineering Services (DES) 701 5th Ave, Suite 1650 Seattle, WA 98104 Office Phone No. 206-615-2504 Paul.Reed@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/16-161-SOL-00038/listing.html)
- Place of Performance
- Address: Scottsdale, Arizona, United States
- Record
- SN04214282-W 20160810/160808235719-fb81eff3ab426ced22ac8fedd005fd2e (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 |