Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1996 PSA#1550

PHS-6, Engineering Services - Dallas, 1200 Main Street, Room 1900, Dallas, Texas 75202-4348, (214) 767-3492

C -- A/E SERVICES FOR CLINICAL AND SUPPORT SPACE FOR THE NASHVILLE INDIAN HEALTH SERVICE (IHS) SERVICE AREA Sol. 161-96-0002. Due 041696. POC: Barry J. Prince, Contracting Officer, (214) 767-3492. Architectural and Engineering Services for Clinical and Support Space in connection with Indian Health Service facilities located within the states of Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Iowa, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Mississippi, Missouri, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Texas, Vermont, Virginia, West Virginia, and within the administrative jurisdiction of Indian Health Service, Nashville Area Office, are required for an indefinite delivery requirements contract. Disciplines required will be primarily architectural for clinical and support space. The disciplines of structural, mechanical, electrical, and civil engineering, and environmental (including asbestos) specialties may be required for designs, HVAC balancing, and construction administration. THIS SOLICITATION IS SET-ASIDE UNDER THE BUY INDIAN ACT FOR 100 PERCENT INDIAN OWNED, CONTROLLED AND OPERATED FIRMS. Indian owner must be a member of a Federally Recognized Tribe. In accordance with the Public Health Service Acquisition Regulation (PHSAR) Paragraph 380.503(E), under a 100 percent Buy Indian Set-Aside, not more than 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, the work to be performed does not include the provision of materials, supplies, or equipment. In order for an Indian firm to prove they meet the qualifications requirement of the Buy Indian Set-Aside restriction, i.e., offerors who are currently certified by the Indian Health Service (IHS) or the Bureau of Indian Affairs (BIA) as an ``Indian Firm,'' they need to submit their certification (Tribal Affiliation and Degree of Indian Blood) with their SF 254/255. Offerors who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the ``Buy Indian Act.'' The estimated dollar range for each construction project to be awarded under this requirements-type contract is $25,000 to $500,000. Specific projects, as they occur, will be accomplished by negotiation and issuance of delivery orders. The amount payable under this proposed requirements-type contract is estimated not to exceed $150,000 per year. The proposed contract will be for an initial one year period with four one-year options that may be exercised at the Government's discretion. Overhead and discipline hourly rates for the option years will be negotiated before the award of this contract. The evaluation factors fo selection in descending order of priority with the factors two and three having equal value, and factors four and five having equal value, are: (1) Location of the Main Firm(s) and Consultants: Location of firm and consultant's offices relative to each other and to the Nashville IHS service area; (2) Professional Qualifications: Overall adequacy of staff, qualifications of principle and project managers, length of time firm has been established, and qualifications as a prime contractor; (3) Experience of Staff: Overall design ability of principals and professionals; specific mechanical/electrical design ability; experience in hospitals, clinics, labs, and OPD facilities; and administrative ability in HVAC balancing; (4) Past Performance Record on Contracts with Government Agencies and Private Industry Projects: Presented proof of abilities to manage, schedule, and budget projects; (5) Analysis of Current and Projected Workload: Combined availability of total team response to be devoted to this project. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest with the Certification described above; (2) one copy of a Standard Form 254, A/E and Related Services Questionnaire for the firm and all consultants; and (3) one copy of a Standard Form 255, A/E and Related Services Questionnaire for Specific Projects to PHS-6, Barry J. Prince, Contracting Officer, Engineering Services - Dallas, Office of Environmental Health and Engineering, Indian Health Service, 1200 Main Street, Room 1900, Dallas, Texas, 75202-4348, by close of business, Tuesday, April 16. No other general notification for these services will be made. THIS IS NOT A REQUEST FOR PROPOSALS. Facsimile responses will not be accepted. (067)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960312\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page