|
COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1995 PSA#1347Dept. 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 MT AND WY Contact Abram L. Vinikoor, (206)615-2454,
Contracting Officer. This 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 Montana and Wyoming.
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 $20,000 to $30,000. The total estimated fee to be
paid for the contractor's services performed under the contract is
$200,000 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 aggregate 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. However, this IDC contracts'
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 firms'
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 approved 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
(architectural, 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 documentaton 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 qualfiications 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 of Montana and Wyoming. 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
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-95-0017.
(132) Loren Data Corp. http://www.ld.com (SYN# 0026 19950515\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|