Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1995 PSA#1440

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 STATE OF ALASKA Contact Valerie Heiden, Contract Specialist, or Anthony F. Mammoser, Contracting Officer at (206) 615-2454. 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 DHHS/Indian Health Service or Tribally-owned health care centers and health-related facilities projects location in Alaska. 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. Estimated anticipated workload is 30 percent architectural, 30 percent mechanical engineering, 30 percent electrical engineering, and 10 percent other engineering services. 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 percent 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. The contract shall be for one-yr period with options for four additional one-yr periods. The average DO is expected to be $50,000. The total estimated fee to be paid for the contractor's services performed under the contract is $500,000 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. Reference FAR 52.216-19, DO Limitations: The individual DO limitation shall be: (a) Minimum: $500; and Maximum: (1) The single/combination item DO maximum limitation shall be $100,000; (2) the 30-day aggregate DO maximum shall be $100,000; and (3) the yearly aggregate DO maximum limitation shall be $500,000. No individual DO shall exceed $100,000. 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 the latest AutoCAD Release or compatible shall be required in the preparation of contract drawings. All measurements, dimensions, etc. shall be metric (SI). 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 Alaska. The following information should be provided: business arrangements for normal consultants/subcontractor services (architectural, mechanical, electrical, structural, civil, geotechnical, cost estimating, asbestos and/or hazardous materials, and construction support) should be described to include an organizational chart listing names of key personnel and their titles; a statement indicating willingness to participate, signed by a principal member of each proposed consultant, should be furnished; if offerors are currently certified by IHS or the Bureau of Indian Affairs (BIA) as an ``Indian Firm'', provide this certification along with their SF-254 and SF-255; if offerors are not currently certified by IHS or BIA, provide proof (Certification of tribal affiliation and degree of Indian blood issued by BIA is acceptable proof) that the owner meets the definition of ``Indian''; in Part 10 of SF 255, 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 names with telephone numbers of pre-notified references associated with each described project. Verifiable documentation should be provided to support each of the following evaluation factors, listed in descending order of importance: (1) Specialized experience and technical competence of the A/E's key personnel or team members in all applicable aspects of improvements and remodeling of hospitals, clinics, health stations, health care centers, and other health-related facilities, including experience by all disciplines in design, construction methods, systems maintainability and reliability, in arctic, rural and remote regions. (2) Professional qualifications of the A/E's key personnel team members necessary for satisfactory performance of required services. (3) Knowledge and experience by the principal contractor and consultant(s) in the following states and location in the general geographic proximity to sites in Alaska. (4) Past performance in last five years on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) 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. (6) Capacity to respond and accomplish the work in the required time. Pertinent statements relative to the evaluation factors should be included in Part 10 of SF 255. The contractor, or its subsidiaries or affiliates who perform the A/E design for the DO project, 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. All responsible sources may submit a SF-254 and a SF-255 which shall be considered by the agency. Submittals must be received by 2:00 P.M., local time, October 30, 1995. Submittals, in triplicate, to be sent to DHHS/PHS/Office of Engineering Services, Region X, 2201 Sixth Ave., Rm 710, RX-24, Seattle, WA 98121. Control Number is 102-AE-96-0003. (264)

Loren Data Corp. http://www.ld.com (SYN# 0011 19950926\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page