Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2017 FBO #5645
MODIFICATION

C -- Initial Design and Scope Development (SAES) for Rapid City Service Unit

Notice Date
5/6/2017
 
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-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
 
ZIP Code
98104
 
Solicitation Number
17-102-SOL-00012
 
Point of Contact
John W Fannon, Phone: 2066152753, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 04 has been posted fpr the Request for Qualification (RFQ). The amendment was issed in response to Pre-Qualification Inquiries. Please see the subject amendment for further details. No additonal Pre-Qualification Inquiries will be accepted as the closing date for the RFQ is 9 May 2017 at 1300 or 1 P.M. PST. Amendment 03 has been posted for the Request for Qualifications (RFQ). The amendment was issued in response to Pre-Qualification Inquiries and one correction to the RFQ. Please see the subject amendment for further details. Amendment 02 has been posted for the Request for Qualifications (RFQ). The amendment was issued in response to Pre-Qualification Inquiries. Please see the subject amendment for further details. Amendment 01 has been posted for the Request for Qualifications (RFQ). The amendment was issued in response to Pre-Qualification Inquiries. Please see the subject amendment for further details. The Request for Qualifications (RFQ) has been posted. Please see the subject RFQ for further details. Purpose: This synopsis is issued to provide a notice to the public for project information to be performed in support of the Indian Health Service (IHS). IHS is seeking a qualified A/E Firm to furnish professional design services for the Initial Design and Scope Development (SAES) of a new Health Facility collocated with the IHS Rapid City Service Unit. This project is at the Rapid City Health Center, Indian Health 3200 Canyon Lake Dr., Rapid City, SD 57702. Authority: IHS (Division of Engineering Services (DES)) Seattle is issuing this synopsis in accordance with FAR Part 5.204 Pre-solicitation Notices. Description: The proposed contract listed here is 100 percent set-aside for small business concerns. The Government will only accept offers from small business concerns. All other firms are deemed ineligible to submit offers. This is a new procurement. It does not replace an existing contract. No prior contract information exists. A Sources Sought was issued on 15 December 2016 in order to conduct Market Research. This is a Pre-solicitation notice. The Request for Qualifications will be available on or around 05 April 2017, on www.fbo.gov, under the solicitation number 17-102-SOL-00012. This is not a solicitation announcement for proposals, and no contract will be awarded as a result of this notice or any follow-up information requests. In order to protect the procurement integrity of any future procurement, if any, that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated work includes, but is not limited to: Background: The Rapid City Service Unit (RCSU) provides health care to Indian people in Rapid City, South Dakota and the surrounding area, and is unique because it is located in an urban area and not on a reservation. The current Sioux San campus consists of 29 buildings, of which 19 are categorized as historical, and 3 structures, of which two are categorized as historical. Indian Health Service owns the land and buildings. The Statement of A/E Services for the proposed project may include but not limited to the following: Statement of Architect Engineer Services (SAES) for the new Rapid City Health Center which shall be in compliance with the IHS 2016 A-E Design Guide and the Approved Program of Requirements (POR) Amendment #2 and as generally described below. The detailed SAES will be issued to the most highly qualified A-E Team; A. Predesign Services to include on-site kickoff, initial Owners Performance Requirements (OPR), site utilities and services investigations, predesign documentation submittal, sustainability workshop and HHS Guiding Principles review, IHS POR validation, and conversion from Metric to US Standard units, establishment of Integrated Project Design Team and Predesign Review meeting with the IHS, and demonstrating electronic management systems for management of submittals and documentation. B. Concept development services to include at least three conceptual solutions for the building design and site layout, including block layout of the various departments, on-site presentation of proposed concepts utilizing BIM site plan and three dimensional modeling for both the building and site, development of Basis of Design (BOD) and NEPA compliance plan, workshop with IHS on concept selection with final concept /selection and Phased Construction Proposal, and submittal of selected concept and initial BOD for final approval by IHS, and the estimated construction cost demonstrating compliance with the agreed to design within funding limitation for award of a Two Phase Design Build acquisition. C. Commissioning Services to include formal kickoff meeting after Concept selection and completion of a Commissioning plan. D. Geotechnical Investigations for Building and Pavements Design Consideration E. Building Information Management System Outline development and implementation for Schematic Design Solution (SDS). F. Conduct risk assessments and program validation with IHS related to NFPA 99 Health Care Facilities and FGI guidelines for design and construction of health care facilities and incorporate results in Schematic Design Solution. G. Schematic Design Services to include sustainability report, BIM management plan, proposed schematic design with building POR space program comparison, Schematic Design Submittal, Schematic Design Review meeting and workshop, submittal of final approved Schematic Design Documentation(Schematic Design Solution). H. Providing performance specifications and providing Quality Design and Construction Standards for inclusion in a Design Build Request for Proposal (DBRFP). I. Furniture, fixtures and Group I and II and IT equipment planning, selection and estimating equipment costs for inclusion in the DBRFP J. Standby Power and Emergency Preparedness Evaluation and incorporation into SDS. K. IHS network cabling systems and equipment requirements included in the SDS. L. Proposed phase construction documents for site preparation and demolition. M. Construction cost estimate. N. Demonstration of all BIM systems being employed O. Incorporation of Division 1 Specifications approved by IHS into the SDS. P. Establish additional geotechnical investigation criteria for a Design Build Acquisition based on SDS final design solutions and layout. Q. LEED certification criteria and documentation for SDS R. Equipment documentation, room by room listing and cost estimates S. Optional Design Build acquisition/ administration/performance support technical review, construction observation, special testing and inspections, and construction administration support services to include participating in DB Phase Submittal reviews, DB Contract design phase RFI response and clarifications, recommendation of final Design approval to AHJ, pre-construction conferences, providing special inspections related to structural design, life safety code, elevators and fire protection and alarms systems, 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 for corrective action, preparing supplementary drawings or revision drawings in support of the IHS DBRFP, reviewing contract modification proposals, reviewing contractor progress payments. T. Optional Professional support services for commissioning The estimated cost range of this design requirement is between $500,000 and $1,000,000. All offerors are advised that in accordance with 36.601-(3)(b) the total cost of the architect or engineer services contracted for must not exceed six (6) percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-2 (c) - Design within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The North American Industry Classification System (NAICS) Code is 541310 Architectural Services, with a Small Business Size Standard of $7.5 million. Competitive Acquisition: The solicitation will utilize source selection procedures FAR 36.602. The offeror will be required to submit Qualification Statements (SF-330s) for evaluation by the Government. Contract Type: Indian Health Service intends to award a Firm Fixed Price (FFP) A/E Contract in support of this requirement. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. Period of Performance: The Period of Performance will be 18 months (460 calendar days). Optional services are projected to extend from an additional 90 days, to potentially 1005 calendar days from the date of notice to proceed. IMPORTANT NOTICE: In formulating the Qualifications submission, potential respondents should consider that FAR 52.219-14, which will be incorporated into any resultant contract, requires the Prime Contractor to perform services under the contract equivalent to 50% or more of the contract value in personnel costs throughout the life of the contract. This is a positive requirement rather than one where an indication of capacity, capability or willingness to meet these requirements would be acceptable. Respondent(s) should demonstrate in their Qualifications submission how they will meet this requirement. Although the specific project effort awarded under any resultant contract is not known at this time, it is believed to be unlikely a Respondent could reasonably expect to meet this FAR requirement where they propose a Prime Contractor role limited to a single discipline, or possibly even multiple disciplines, where the discipline mix proposed leans towards disciplines typically not heavily utilized in A-E Services for Health Facilities Engineering projects. Disclaimer and Important Notes All respondents must register on the SAM located At http://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/17-102-SOL-00012/listing.html)
 
Place of Performance
Address: Rapid City Health Center, Indian Health 3200 Canyon Lake Dr, Rapid City, South Dakota, 57702, United States
Zip Code: 57702
 
Record
SN04498904-W 20170508/170506233051-153a8818a6a536e22f3cb823177f4cd3 (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.