Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

R -- Architectural and Planning Services IDIQ

Notice Date
7/20/2017
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural 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
HHSI61-17-R-00061
 
Point of Contact
Jenny J. Scroggins, Phone: 2147898164
 
E-Mail Address
jenny.scroggins@ihs.gov
(jenny.scroggins@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT A REQUEST FOR A STANDARD FORM 330; nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified businesses relative to the North American Industry Classification Code (NAICS) 541310, Architectural Services. The small business size standard is $7.5M. The Indian Health Service (IHS), Division of Engineering Services (DES) is seeking capability statements from Architect & Planning (A-P) firms interested in proposing on an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for architectural and planning services for real property planning, equipment planning and purchasing, programming and management support for IHS Nationwide. This IDIQ contract will have a maximum capacity of $7.5 million. This market research will aid the Government in determining what firms possess the capability to execute the requirements within this notice. Project Description: The Indian Health Service (IHS), an agency in the U.S. Department of Health and Human Services (HHS), provides a comprehensive health service delivery system for millions American Indians and Alaska Natives (AI/AN). Work to be performed under this Sources Sought notice shall include the twelve physical areas of the United States: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland and Tucson. Each of these areas has a unique group of Tribes that they work with on a daily basis. The Indian Health Service is seeking a consultant to perform health care strategic planning, assess the existing healthcare system and staffing, determine operational concepts, develop planning documents, transitional planning, and develop equipment plans. These tasks include: 1. Space planning a. For New or Replacement Healthcare Facility i. Review the IHS Area Master Plan ii. Review current healthcare delivery program including alternative healthcare facilities, IHS or non-IHS healthcare facilities iii. Review proposed site for desirable features for sustainability, accessibility to the user population, and utility needs or upgrades iv. Determination of staff housing needs v. Execute the Health Systems Planning (HSP) software vi. Prepare drafts of Program Justification Document (PJD) and the Program of Requirements (POR) document vii. Any deviation requests for population, health services, staff, space, etc. must be submitted to IHS HQE for review and approval. viii. Adequate justification for each deviation must be submitted with data and reasoning for the deviation ix. Obtain a cost estimate for the proposed the new or replacement healthcare facility and cite the source of the cost estimate x. Submit to IHS Area staff Point of Contact (POC) for initial review and comment xi. After incorporating Area comments, documents will be forwarded to the IHS HQE POC. b. For Expansion and Renovation Projects i. Review the IHS Area Master Plan ii. Review current healthcare delivery program including alternative healthcare facilities, IHS or non-IHS healthcare facilities iii. Review proposed site for desirable features for sustainability, accessibility to the user population, and utility needs or upgrades iv. Execute the Health Systems Planning (HSP) software v. To make effective and efficient use of available space. vi. To create highly efficient and sustainable designs. vii. To accommodate current and future needs. 2. Medical equipment planning. a. Medical devices and equipment are planned on the basis of the Space Schedule in the POR that maps the health facility and its services. The Space Schedule is divided into departments and rooms. These rooms require equipment to efficiently deliver health care services. A medical equipment planner performs a wide range of tasks to provide equipment with the right specifications. They are expected to develop, coordinate and manage the hospital equipment list. Duties may also extend to procuring, installing, start-up services and testing equipment. A medical equipment planner may also arrange for equipment storage until an installation is set to begin. Coordination with the area biomedical program will be required to ensure compatibility and compliance. b. The following factors should be taken into account when planning equipment: i. IHS equipment policies with regard to primary health services, ii. capacity of the space and capabilities of the staffing, and limitations of local infrastructure such remoteness for Wi-Fi, telemedicine, etc. iii. operational expenses (maintenance, consumables, etc.) that follow the initial investment, iv. compatibility and integrating with existing software, operations, or technology. 3. Assessments of the existing healthcare system and identify opportunities for improving healthcare service. Conduct special studies required to improve operations and those that are outside the templates of the HSP and RRM. 4. Analyze existing data and documents a. facilities condition assessments b. facility engineering deficiency system c. user population forecasts d. patient workload forecasts e. migration analysis f. justification and cost analysis of services g. Space and/or staffing h. Staffing patterns, i. Delivery of services. 5. Determine patient and staff workflow, operational concepts or scopes of service, and appropriate space adjacencies. 6. Develop planning documents a. Strategic Plans, b. Health Services Master Plans, c. Facilities Master Plans, d. Project Justification Documents, e. Program of Requirements, f. Project Justification Documents for Staff Quarters, g. Program of Requirements for Staff Quarters, h. RRM Validations, i. Budget RRM Validations, j. Budget FTE Reviews, k. Transition Planning, l. Equipment Plans. 7. Coordinate with IHS experts the development and updates of new criteria for the HSP and RRM. https://www.ihs.gov/dper/planning/facilityplanningtools/ Interested small and large business firms who meet the capability requirements identified in this notice are requested to reply to this announcement with a response to the specialized qualifications below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. SUBMISSION REQUIREMENTS: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by Tuesday, August 15, 2017, 12:00 P.M. Central Standard Time. All responses under this Sources Sought Notice must be emailed to Jenny Scroggins, Contracting Officer, at Jenny.Scroggins@ihs.gov. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: * Shall not exceed 20 one-sided, 8 1/2" x 11" pages * New Times Roman font, size 12 * Microsoft Word compatible, version 2003 or newer. The submission shall address all questions in the Sources Sought Questionnaire and the firm's ability to perform the services as stated in Description section of this Sources Sought Notice. SOURCES SOUGHT QUESTIONNAIRE 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. CAGE Code: 4. North American Industry Classification System (NAICS) code(s) (list all NAICS codes your firm is registered under): 5. Identify a responsible point of contact who can be contacted regarding your response, their phone number and email address: 6. Check All That Apply: Our firm is a: ( ) 8(a) small business, ( ) service-disabled veteran-owned small business, ( ) HUBZone small business, ( ) Small Disadvantaged Business, ( ) Woman Owned, ( ) Minority, ( ) Native American, ( ) Small Business, ( ) Large Business 7. Will your firm be proposing as an: ( ) Sole Contractor ( ) Prime Contractor (if small business) performing more than 50% of the work with subcontractor(s), ( ) Prime contractor (if small business) performing more than 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or ( ) Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b). 8. Please list in-house capabilities that would meet the requirements of FAR 52.219-14 "Limitations on Subcontracting". 9. Experience: a. Has your firm performed and/or are in the process of performing A-P services as described above? b. Has your firm worked with or had any interaction with any tribal nations or groups? If so, provide customer references, locations, scope of effort, dollar value and dates of efforts performed within the past five years. With each project experience provided, include the owner, date when the project was completed (or will be completed), location of the project, contract amount, size of the project, estimated construction cost (if applicable), and the portion and percentage of work that your firm performed, and a description of how your firm's experience relates to the proposed project(s). 10. Capabilities: Does your firm have qualified and experienced personnel to provide A-P Services relative to the requirements stated above? Provide the number of qualified key personnel, minimum and maximum years of experience and the average years of experience. 11. Does your firm possess, or have the ability to possess, the required licenses, permits and/or certifications to perform A-P Services? Description of how many of the following licensed, registered, or certified professionals with within your firm's workforce: Architect(s), Landscape Architect(s), AICP Certified Planner(s), Equipment Planner(s), Mechanical Engineer(s), Electrical Engineer(s), Environmental Engineer(s) and Civil Engineer(s) with experience in health care planning. Please provide information on how many of these professionals, by category, have worked on health care planning (Space, Services, and Staffing) and/or Health Care Equipment Planning and the respective number of years each of these professionals have been engaged in practice of their specific discipline. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, SF330, etc.) will not be considered. Questions concerning this notice should be directed to Jenny Scroggins, Contracting Officer at Jenny.Scroggins@ihs.gov. Personal visits for the purpose of discussing this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI61-17-R-00061/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN04588854-W 20170722/170720235632-2532d03937d2e187e3f3ae4dfb3fc9de (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  © 1994-2020, Loren Data Corp.