Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOLICITATION NOTICE

R -- Architect-Engineer (A-E) Services for IHS Sanitation Facilities Construction projects, Indefinite Delivery Indefinite Quantity (IDIQ) Contracts

Notice Date
10/31/2019
 
Notice Type
Presolicitation
 
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
75H701-20-R-00012
 
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 PRESOLICITATION NOTICE, Solicitation 75H701-20-R-00012 for the Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Architect-Engineer (A-E) Services for IHS Sanitation Facilities Construction projects, for the Indian Health Service (IHS), Division of Engineering Services. The Government anticipates releasing the solicitation (Request for Qualification (RFQ)) on or about 15 November 2019 and will remain open for approximately 30 calendar days. The RFQ, any and all amendments as well as additional details will be posted on https://www.fbo.gov/. 1. CONTRACT INFORMATION: The Division of Engineering Services (DES), Indian Health Service (IHS), an agency of the Department of Health and Human Services is seeking qualified Architect-Engineering (A-E) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for Architectural and Engineering Services for IHS Sanitation Facilities Construction projects. DES intends to award up to three (3) but no more than five (5) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts that will be for a base period of one (1) year from the date of award with four (4) options to extend the term of the contract for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract capacity of $5,000,000.00 per contract is reached, whichever is earlier. The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years. The minimum value of any individual Task Order is $1,000.00 with a maximum Task Order value of $500,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A-E effort involved. LOCATION: Project locations will primarily be for Albuquerque Area within the states of New Mexico, Utah and Colorado. Work may occasionally be performed at other IHS locations nationwide. A list of all IHS Healthcare Facilities can be located at this website: https://www.ihs.gov/locations/. SCOPE: The A-E firm shall assist IHS in providing professional design and engineering services for sanitation facilities construction projects. Design services, Construction Contract Administration Services (CCAS), post-construction services and other A-E services, which include various studies and survey work, will be within the scope of this contract. Requirements will vary for each individual Task Order and will be defined by separate scopes of work. 2. SET-ASIDE INFORMATION: This procurement is being competed as a 100% Small Business set-aside for all A-E firms under the primary North American Industry Classification System (NAICS) Code 541330, Engineering Services. Preference will be given to Native Owned Firms. Details of the preference will be discussed in Section L of the Solicitation. Offerors submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov). This procurement will follow the procedures established in the PL 92-582 (the Brooks Act), Federal Acquisition Regulation (FAR) 15 and FAR 36.6. The selection process will consist of the initial evaluation of the SF-330s' and determination of the highest rated firms to move into discussions. All firms not selected will be notified. After discussions have concluded, up to three (3) but no more than five (5) of the most highly rated firms selected will receive the solicitation for pricing and subsequent price negotiations. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM. This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidder list is maintained. All potential bidders should register with Federal Business Opportunities if interested in this forthcoming acquisition. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. FIRMS ARE INSTRUCTED NOT TO CALL REQUESTING MORE INFORMATION. Interested bidders should follow this pre-solicitation notice on FBO by registering in FBO and clicking on "Watch This Opportunity" to receive email notices of any updates to the notice including the posting of the solicitation and any subsequent amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/75H701-20-R-00012/listing.html)
 
Record
SN05487246-W 20191102/191031230715-19a9f79331e941b71f25881d9450eb1e (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.