Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOURCES SOUGHT

C -- Indian Health Services Nationwide A-E IDIQ

Notice Date
8/10/2017
 
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
17-161-SOL-00067
 
Point of Contact
Nicholas A. Aprea, Phone: 2147675255, Melissa D Warmath, Phone: 2147673517
 
E-Mail Address
Nicholas.Aprea@ihs.gov, melissa.warmath@ihs.gov
(Nicholas.Aprea@ihs.gov, melissa.warmath@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
17-161-SOL-00067 A-E IDIQ 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) 541330, Engineering Services. The small business size standard is $15.0M. The Indian Health Service (IHS), Division of Engineering Services (DES) is seeking capability statements from Architect & Engineering (A-E) firms interested in proposing on an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for architectural and engineering services for the planning, design, construction contract administration, post construction contract services, facility maintenance support services on Facilities design projects and other A-E related services and studies for IHS Nationwide. This IDIQ contract will have a maximum capacity of $5.0 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 consultants to provide professional services related to the planning, design, construction contract administration, post construction contract services, facility maintenance support services on facilities design projects and other A-E related services and studies at various Indian Health Service and Tribal health facilities, including a major medical center, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters and support facilities throughout the Phoenix Area IHS responsibility: Indian health facilities in Nevada, Arizona and Utah on federal and Tribal lands. Work on specific projects under this contract will not be requested or required except when the Contracting Officer awards delivery orders under the contract for such work. The Architect-Engineer Services that may be required under this contract include, but are not limited to: 1. Evaluations, Assessments, and Planning Services: a. Facility condition assessments b. Site development investigations and feasibility studies c. Cost estimating analysis d. Environmental site assessments and testing e. Geotechnical investigation and testing f. Water quality analysis g. Conceptual designs h. Space utilization planning and patient flow studies i. Energy modeling and sustainability studies j. Building systems evaluations k. Electrical studies and evaluation of power quality problems l. Pre-design commissioning activities m. Code compliance reviews (NFPA, NEC, ASHRAE, FGI, ADA, building codes, etc.) n. Legal survey work for real property transfers including metes and bounds surveys 2. Design Services: Design and develop all-inclusive construction bid documents for healthcare facilities projects, ranging from small scale renovations or major expansions to new stand-alone clinics. 3. Construction Contract Administration and other A-E related services: a. Value engineering b. Participating in pre-construction conferences c. Responding to construction contractor requests for information (RFI) d. Construction commissioning e. Reviewing construction submittals and shop drawings f. Performing construction inspections and preparing field observation reports g. Advising the project officer regarding deficiencies and recommended actions h. Preparing revision drawings or architectural supplemental instructions (ASI) i. Managing document versions and revisions j. Reviewing contract modification proposals k. Reviewing contractor progress payment requests. 4. Post-Construction Contract Services: a. Pre-occupancy commissioning b. Issuing punch lists and certificates of completion c. Preparing record drawings and as-built drawings d. Preparing operation and maintenance manuals e. Providing training on proper operation, maintenance of equipment, support for building automation, and systems troubleshooting f. Facility maintenance support services. Interested small 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 Friday, 08 September 2017, 12:00 P.M. Central Time. All responses under this Sources Sought Notice must be emailed to Nicholas Aprea, Contracting Officer, at Nicholas.Aprea@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, specifically addressing Mechanical, Electrical and Plumbing in-house capabilities. 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-E 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-E Services? Description of how many of the following licensed, registered, or certified professionals with within your firm's workforce: Architect(s), Landscape Architect(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 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 Nicholas Aprea, Contract Specialist at Nicholas.Aprea@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/17-161-SOL-00067/listing.html)
 
Place of Performance
Address: IHS - Division of Engineering Services, 1301 Young St., Dallas, Texas, 75202, United States
Zip Code: 75202
 
Record
SN04622586-W 20170812/170810231927-de41c0b3cd54ef42cf2eed32aaee586c (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.