Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1996 PSA#1700

PHS-6, Office of Engineering Services, 1200 Main Street, Room 1900, Dallas, Texas 75202-4348

C -- ARCHITECT/ENGINEERING SERVICE FOR CLINICAL AND SUPPORT SPACE IN CONNECTION WITH INDIAN HEALTH FACILITIES WITHIN THE ADMINISTRATIVE JURISDICTION OF ENGINEERING SERVICES - DALLAS DUE 112696. POC Barry J. Prince, Contracting Officer (214) 767-3492. Indefinite Delivery Contracts as follows: FOUR Clinical and Support Space Contracts for professional services will be awarded pending a successful negotiation process. Each contract will contain an initial base year period of time with four one-year options that may be exercised by the Government. (1) A contract will be awarded for solicitation 161-97-0001 in connection with Indian Health Service (IHS) facilities within the administrative jurisdiction of the IHS Navajo Area Office in Window Rock, Arizona to include facilities in the states of Arizona, New Mexico, and Utah. The amount payable under this contract is estimated not to exceed $400,000 per year; (2) A contract will be awarded for solicitation 161-97-0002 in connection with IHS facilities within the administrative jurisdiction of the IHS Phoenix Area Office to include facilities in the states of Arizona, Utah, Nevada, and California. The amount payable under this contract is estimated not to exceed $100,000 per year; (3) A contract will be awarded for solicitation 161-97-0003 in connection with IHS facilities within the administrative jurisdiction of the IHS Oklahoma City Area Office to include facilities in the states of Oklahoma and Kansas. The amount payable under this contract is estimated not to exceed $300,000 per year; (4) A contract will be awarded for solicitation 161-97-0004 in connection with IHS facilities within the administrative jurisdiction of the IHS Albuquerque Area Office to include the states of New Mexico, Texas, and Colorado. The amount payable under this contract is estimated not to exceed $100,000 per year. The contract work will be for architectural/engineering services primarily in support of clinics and clinical support space located within the states noted above, all of which are within the administrative jurisdiction of Engineering Services - Dallas. The work will require basically architectural, mechanical, electrical and estimator disciplines, but may also require civil, structural, value engineering, geotechnical, environmental, geothermal, industrial hygienist, fire safety, elevator, acoustical, construction inspector, surveying and other disciplines with specialized experience. The firms selected will primarily provide design, construction management and inspection, and estimating services, but may also be required to provide scope development, planning, interior design, environmental and other studies related to assigned projects, energy conservation analysis, problem analysis, design review, consulting/design/construction management for elevator work, geotechnical testing, energy management, quality control testing, HVAC testing and balancing, asbestos and lead paint sampling/hazard assessment/abatement design/air quality monitoring, boundary and topographical surveying, and other architectural, engineering and technical services. THESE ACQUISITIONS ARE SET-ASIDE UNDER THE BUY INDIAN ACT FOR FIRMS THAT ARE 51 PERCENT INDIAN OWNED, CONTROLLED, AND OPERATED. In accordance with the Public Health Service Acquisition Regulation (PHSAR) Paragraph 380.503(E), under a 51 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 restrictions, i.e., offerors who are currently certified by the 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. Overhead and discipline labor hourly rates for the option years will be negotiated before the award of the contracts. The evaluation factors for consideration for architects/engineering firms and their consultants, in descending order of importance, with items one and two being of equal point value, are: PROFESSIONAL QUALIFICATIONS OF FIRM AND ALL CONSULTANTS - Professional qualifications of principals and project managers; sufficient staff; length of time principals and firm have been performing services and length of time that the prime and consultants have worked together; (2) EXPERIENCE AND QUALIFICATIONS OF THE PROPOSED KEY STAFF - Technical skills, construction inspection skills, CADD capabilities, specific clinic and support space experience; (3) LOCATION OF THE FIRMS AND CONSULTANTS' OFFICES RELATIVE TO EACH OTHER AND TO THE PROJECT SITES - Relative travel time and communication ability between prime firm and consultants relative to each other and to the project locations; knowledge of the locality of the project; (4) FIRM'S AND CONSULTANTS' PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS - Presented proof of design abilities, estimating accuracy, project management, scheduling, budgeting, value engineering, etc.; (5) ANALYSIS OF CURRENT AND PROJECTED WORKLOAD - Demonstrated ability to provide and devote a total team response to complete Clinical and Support Space projects on schedule. Joint Ventures will be considered providing the Indian firm is the managing entity and the Joint Venture is at least 51 percent Indian owned, controlled and operated (must be stated in the letter of interest). Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest (specifying the exact solicitation number(s) that they are interested in) and the 51 percent Buy Indian Certification described above; (2) a Standard Form 254, A/E and Related Services Questionnaire for the firm and all consultants; and (3) Standard Form 255, A/E and Related Services Questionnaire for Specific Projects to PHS-6, Barry J. Prince, Contracting Officer, Engineering Services - Dallas, 1200 Main Street, Room 1900, Dallas, Texas 75202-4348 by 4:30 p.m., Tuesday, December 3. No other general notification for these services will be made. In fairness to all firms, additional information will not be released in response to individual inquires. THIS IS NOT A REQUEST FOR PROPOSAL. Facsimile copies will NOT be accepted. (281)

Loren Data Corp. http://www.ld.com (SYN# 0018 19961011\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page