Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOLICITATION NOTICE

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

Notice Date
12/4/2019 11:10:29 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H701-20-R-00012
 
Response Due
12/18/2019 12:00:00 PM
 
Archive Date
01/02/2020
 
Point of Contact
Jenny Scroggins, Phone: 214-767-6613
 
E-Mail Address
jenny.scroggins@ihs.gov
(jenny.scroggins@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(REQUEST FOR SF330s) 1. CONTRACT INFORMATION: The Indian Health Service (IHS), an agency in the U.S. Department of Health and Human Services (HHS), is responsible to provide water, sewer and solid waste facilities for Native American housing at, adjacent to or near Indian Reservations as authorized by Public Law 86-121. Community sizes range from 15 to 10,000 people. IHS is authorized to design, construct and improve facilities, acquire lands and right-of-way for sanitation facilities projects, and transfer complete facilities to Native American Tribal organizations or other public authorities for operation and maintenance.The Division of Engineering Services (DES) 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 (Type “B” services), Construction Contract Administration Services (CCAS) (Type “C” Services), post-construction services and other A-E services, which include various studies and survey work (Type “A” Services), are within the Scope of this contract. Requirements will vary for each individual Task Order and will be defined by separate scopes of work. The A-E Services that may be required under this contract include, but are not limited to: Consulting services; Reports and studies (planning and programming); Pre-design and design investigations; Site selection assessments; Design concepts; Engineering calculations; Material and component selection; Preliminary and final design drawings; Specifications (Bidding, proposal and contractual documents; Final working drawings; Review and recommendations for approval of shop drawings, samples and equipment data) Construction administration; Construction inspection; Technical, design and management training; and Other related services.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. The size standard is $15.0 Million. The Government will only accept qualifications from small business concerns. All other firms are deemed ineligible to submit offers. 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) Part 15 and FAR Subpart 36.6. The selection process will consist of the initial evaluation of the Standard Form (SF)-330’s resulting in a determination of the highest rated firms. The Government reserves the right to hold discussions if it is deemed necessary. Therefore, respondents should not presume they will have an opportunity to clarify any aspect of the initial submission. All firms not selected will be notified of their exclusion. After the determination of the eight to twelve (8-12) highest rated firms have been made, the selected firms will receive the solicitation for pricing and subsequent price negotiations.3. INSTRUCTIONS TO OFFERORSQualified firms desiring consideration shall submit their proposal electronically to Jenny Scroggins, Contracting Officer, via email at Jenny.Scroggins@ihs.gov containing the following: (1) SF-330, Part I and Part II - Architect-Engineer Qualifications and a signed copy of any and all SF30 (Amendments) issued for this RFQ; and (2) the submission requirements contained in Section 4 (Paragraphs 1-6), Evaluation Criteria, of this advertisement.An SF330 (Attachment 1) is also required for each consultant or joint firm. The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486.Submission packages for each firm is limited to 60 pages exclusive of indexing tabs, project photos or drawings with brief captions and Past Performance Questionnaires submitted. Font shall be no less than 12 point font, single-spaced with 1.5 line spacing, margins no less than 1/2", and page size of 8.5" x 11". (A page is defined as each face of a sheet of paper containing information. When both sides of a sheet of paper display printed material, it shall be counted as two (2) pages.)Submissions are due by 2:00 pm (CST), 18 December 2019 to Jenny Scroggins, Contracting Officer, via email at Jenny.Scroggins@ihs.gov with solicitation number 75H701-20-R-00012 noted. Fax submissions are not acceptable. Non-responsive submissions will not be considered by the A-E selection board.Note: The Government is unable to receive files larger than 8 MB. If your file is sent in multiple emails please number them (# of #) with this solicitation number so the Government identifies it received the complete package. 4. EVALUATION CRITERIA:Submissions received in response to this notice will be evaluated by a board of professional engineers and others in accordance with FAR Subpart 36.6 and PL 92-582 (Brooks A-E Act). The evaluation board will hold discussions with the top eight to twelve (8-12) most highly qualified firms during the final selection process. The evaluation factors listed below shall be tabbed/bookmarked accordingly and addressed in Part H of the SF-330. Offerors responding are requested to clearly indicate those required services it intends to self-perform and those it intends to subcontract. IHS shall evaluate each potential offeror in accordance with the following evaluation criteria. Each submission will undergo a technical evaluation and will be assigned an adjectival rating utilizing the evaluation factors below. The importance of the factors are in descending order (i.e., Factor 1 is more important that Factor 2, which is more important than Factor 3, etc.):Factor 1. Professional Qualifications and Experiencea. The offeror shall describe its professional qualifications and those of its proposed subcontractors and key personnel anticipated to provide services under this contract, as related to Sanitation Facilities Construction (SFC) on relevant projects completed within the last seven (7) years. (Refer to the Scope of Work (SOW), Paragraph “Professional Services Tasks” to determine relevancy in scope).b. The offeror shall identify the roles of its key personnel by providing resumes for its proposed key personnel that include credentials, education, registrations, relevant experience, and the role to perform IHS’s requirements. Key personnel shall include licensed professional engineers (e.g., civil/environmental, electrical and geotechnical), professional surveyor, and NACE CIP Level 1 tank inspector.c. Offerors shall demonstrate and clearly describe their ability to provide civil and environmental, to include geotechnical and surveying, and related design services. Offerors that successfully demonstrate in-house civil and environmental design services as a direct function of the prime contractor throughout the life of this contract may be rated more favorably than prime contractors that subcontract civil and environmental design services. Offerors indicating that civil and environmental design services will be subcontracted shall provide demonstrated Quality Control measures for successfully coordinating civil and environmental subcontracting efforts. Factor 2. Specialized Experience and Technical Competence.a. The offeror shall describe its proposed experience and subcontractor(‘s’) experience performing relevant engineering and architectural services per the SOW within the past seven (7) years. b. The offeror shall describe its experience working with its proposed subcontractors and key personnel.c. The offeror shall indicate which projects and describe experience and/or interaction with any tribal nations or groups, federal agencies, and/or commercial entities. The offeror is encouraged to describe problems/issues/concerns encountered on projects and describe the corrective action taken to resolve them. For purposes of this evaluation sub-criterion, firms qualified as “Indian Owned” (i.e. 51% of ownership can demonstrate proof of Indian blood, as defined by the Buy Indian Act) with the relevant experience will be evaluated more favorably.Factor 3. Capacity to Accomplish the Work.a. Current and planned workload - The offeror shall describe its internal and subcontractors’ current and planned one (1) year workload and how the firm plans to ensure that they have the capacity to accomplish IHS requirements as they arise. Factor 4. Past Performance.a. While submission under this factor is not required, if a firm so chooses, firms shall have clients complete Past Performance Questionnaires (Attachment 2). The completed Past Performance Questionnaires are to be submitted with the firm's SF330 package or the client may submit directly to Jenny Scroggins via email to Jenny.Scroggins@ihs.gov if the client so chooses. Clients should be knowledgeable of the firm's past performance and be willing to be interviewed by the Government.b. While the exact format of the attached Past Performance Questionnaires is not required, a submitted past performance questionnaire shall include the minimum specifics for each project submitted including, but not limited to, the following information: Project description, total contract amount, dates, and client information (to include contact information and signature); Initial award date and amount and final completed contract date and amount and description for differences, if applicable; Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to Schedule, Cost Control, and Customer Satisfaction; Question to be answered by client - "Would you award this firm another contract?"c. Firms shall have previous clients submit Past Performance Questionnaires for design and construction projects that are the same as the projects included in its proposal for Factor 1, Professional Qualifications and Experience. Ensure correct phone numbers and email addresses are provided for the client point of contact.d. Firms are encouraged to describe problems encountered on projects submitted for past performance and describe the corrective action taken to resolve the issue(s). Firms may also submit recognition documents received in the last five (5) years, such as awards from clients, customers or professional organizations received within the last five (5) years. e. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company's subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm. f. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm.Factor 5. Location and Locality Knowledge.a. The proposed IDIQ contract will be for the Albuquerque Area within the states of New Mexico, Utah and Colorado, but work may occasionally be performed at other IHS locations. Offeror shall demonstrate that it can perform all required services as stated in the SOW within the Albuquerque Area (states of New Mexico, Utah and Colorado).b. The offeror shall provide which geographic areas they are best prepared to provide A/E services, and any areas they would prefer not to provide services, or areas they do not believe they would be able to provide cost competitive services.Factor 6. Management Plan & Team Organization.Offerors shall submit a management plan and demonstrate the degree to which the management plan and team organization, including degree of principle participation, coordination, division of work, quality assurance, cost control, and prior experience of the project team as a unit, will meet the overall requirements of this contract.-END OF EVALUATION FACTORS----------------------------------------------------------------------------------------------------------------------------------------------------------Pre?Qualification Inquiries (PQI): If you determine that the contractual requirements of this RFQ require clarification(s) in order to permit submittal of an acceptable or responsive qualification you may submit an inquiry for clarification. Pre?Qualification Inquiries (PQI), shall be submitted via e?mail to: Jenny.Scroggins@ihs.gov. Pre?Qualification Inquiries will be accepted up to 7 calendar days prior to due date of the qualifications. Responses to PQIs will be provided via amendment to this RFQ. Oral questions or those submitted by facsimile will not be answered. Questions directed to any other IHS or DES employee other than Jenny Scroggins (identified above) will not be answered.7. ADDITIONAL INFORMATIONLate responses are subject to FAR Provision 52.215-1. Attachments to this solicitation:Attachment 1 - Standard Form 330 (SF330) (The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486.)Attachment 2 - Past Performance Questionnaire (PPQ)This is not a Request for Proposal; therefore, do not provide information on pricing.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/935bd8bcd1774e0387d0a72864b1d030/view)
 
Record
SN05508379-F 20191206/191204230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.