Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1995 PSA#1347

Dept. of Health and Human Services, Public Health Service, Office of Engineering Services, Region X, 2201 Sixth Ave., RX-24, Rm 710, Seattle, WA 98121

C -- A/E REQUIREMENTS TYPE INDEFINITE DELIVERY CONTRACT (IDC) FOR THE STATES OF ND, SD, NE, IA, MN, WI, AND MI Contact Abram L. Vinikoor, (206)615-2454, Contracting Officer. The master A/E Requirements Type Indefinite Delivery Contract (IDC) shall provide for the issue of delivery orders (DO) involving design and construction phase A/E services for improvements and remodeling of clinical and clinical support areas at various HHS/Indian Health Service or Tribally-owned hospitals, clinics, and health-related facilities projects located in the States of North Dakota, South Dakota, Nebraska, Iowa, Minnesota, Wisconsin, and Michigan. The projects may range in scope from code compliance inspections and reports, to complete design services, master plan studies, feasibility studies, surveys, geotechnical investigations, construction administration and inspections. Asbestos abatement and/or hazardous materials related to the design may be required but will be incidental to other design services and will not exceed 25 per cent of the DO design fee. Primary asbestos abatement and/or hazardous materials projects, environmental assessments, and value engineering studies will be acquired via separate contracts. The scope includes incidental interfaces with the remodeling of staff quarters and public spaces also acquired via separate contracts. The contract shall be for a one-yr period with options for four additional one-yr periods. The average DO is expected to be $40,000 to $50,000. The total estimated fee to be paid for the contractor's services performed under the contract is $300,000 per year. These estimates of the average DO and probable needs are for information only and are not intended to imply that the estimates are an exact indication of the average DO or total services that will be required. The DO and yearly maximums for Public Health Service (PHS) IDC contracts are set by the PHS Facilities manual. The maximum limits currently cited in the manual are as follows: The individual DO limitation shall be: (a) Minimum: $500; and Maximum: (1) The single/combination item DO maximum limitation shall be $300,000; (2) the 30-day aggregatge DO maximum shall be $300,000; and (3) the yearly aggregate DO maximum limitation shall be $1,000,000. No individual DO shall exceed $300,000. Howewver, this IDC contract's maximum limits shall reflect the PHS Facilities Manual limits in effect at the time a contract or DO is awarded and for the option years the effective date of the option year. The contractor shall have in-house capabilities to do architectural, mechanical, electrical, structural, civil, geotechnical, cost estimating, asbestos and/or hazardous materials, and construction support services or have consulting firm's services available. The contractor may be required to use standard DHHS specifications. The use of AutoCAD Release 12 or most current shall be required in the preparation of contract drawings. Plans and specifications shall be required to be prepared in metric dimensions. The design of architectural, mechanical, electrical, structural, civil, or other engineering features of the work shall be accomplished or reviewed and approval by architects or engineers registered to practice in the particular professional field involved in a State or possession of the United States, in Puerto Rico, or in the District of Columbia. Business arrangements for normal consultants/subcontractor services (architctural, mechanical, electrical, structural, civil, geotechnical, cost estimating, asbestos and/or hazardous materials, and construction support) must be described fully. A statement indicating willingness to participate, signed by a principal member of each proposed consultant, must be furnished. Evaluation factors are listed in descending order of priority with the last two having equal weight. Verifiable documentation with a summary sheet must be provided to support each of the following evaluation factors: (1) Specialized experience and technical competence of the A/E's key personnel and team members in all applicable aspects of improvements and remodeling of hospitals, clinics, health stations, health centers, and other health-related facilities, including experience by all disciplines in design, construction methods, systems maintainability and reliability, in cold, rural, and remote regions, (2) Past performance in last three years on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, (3) Professional qualifications of the A/E's key personnel team members necessary for satisfactory performance of required services, (4) Demonstrated expertise and experience in working as a team, if applicable, with listed consultant(s)/subcontractor(s), and ability to effectively manage multiple-firm teams, (5) Capacity to respond and accomplish the work in the required time, (6) Location of, knowledge and experience by, the principal contractor and consultant(s) in the States covered by this IDC. Pertinent statements relative to the evaluation factors shall be included in Part 10 of SF 255. In addition, in Part 10, provide descriptions of no more than two projects listed in Part 8 of SF 255 demonstrating the experience and expertise required in the evaluation factors. Provide current phone numbers for references for described projects. The contractor, or its subsidiaries or affiliates who perform the A/E design for the DO projects, shall not be eligible for award of any subsequent construction contracts for those projects. The proposed contract listed here is set-aside under the Buy Indian Act for 100 percent Indian-owned, operated, and controlled firms. NOTE: In accordance with the Public Health Services Acquisition Regulation paragraph 380.503(e) not more than fifty (50) percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment. Estimated anticipated workload is 30 percent architectural, 30 percent mechanical engineering, 30 percent electrical engineering, and 10 percent other engineering. Offerors who are currently certified by IHS or the Bureau of Indian Affairs (BIA) as an ``Indian Firm'' need to submit this certification along with their SF-254 and SF-255. Offerors who are not currently certified by IHS or BIA are required to submit proof (Certification of tribal affiliation and degree of Indian blood issued by BIA is acceptable proof) that the owner meets the definition of ``Indian''. All responsible sources may submit a SF-254 and a SF-255 which shall be considered by the agency. Submittals must be received by 3:00 P.M., local time, June 20, 1995. Submittals to be sent to HHS/PHS/Office of Engineering Services, Region X, 2201 Sixth AVe., Rm 710, RX-24, Seattle, WA 98121. Control Number is 102-AE-95-0018. (132)

Loren Data Corp. http://www.ld.com (SYN# 0025 19950515\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page