|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1997 PSA#1989Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas,
Texas 75202-5433 C -- INDEFINITE DELIVERY REQUIREMENTS CONTRACT FOR
ARCHITECT/ENGINEERING SERVICES FOR CLINICAL AND SUPPORT SPACE FOR THE
TUCSON INDIAN HEALTH SERVICE AREA OFFICE, TUCSON, ARIZONA SOL
RFP/161-98-0005 DUE 011598 POC Barry J. Prince, Contracting Officer,
(214) 767-3492 C -- Indefinite Delivery Requirements Contract for
Architect/Engineering services for Clinical and Support Space for the
Tucson Indian Health Service (IHS) Area Office. The resultant contract
will contain an initial base year with four one-year options that may
be exercised by the Government. A contract will be awarded for
solicitation RFP/161-98-0005 in connection with IHS facilities within
the administrative jurisdiction of the IHS Tucson Area Office, Tucson,
Arizona. The amount payable under this proposed 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 within the state of Arizona, which is located
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,
seismic, industrial hygienist, fire safety, elevator, acoustical,
construction inspector, surveying and other disciplines with
specialized experience. The one firm 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 serveying, and other architectural, engineering and
technical services. THIS ACQUISITION IS SET-ASIDE UNDER THE BUY INDIAN
ACT FOR FIRMS THAT ARE AT LEAST 51 PERCENT INDIAN OWNED, CONTROLLED,
AND OPERATED. In accordance with Public Health Service Acquisition
Regulation (PHSAR) Paragraph 380.503(E), under a 51 percent Buy Indian
Set-Aside, not more that 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 IHS or the Bureau of
Indian Affairs (BIA) as an "Indian Firm," they need to submit their
certification (Tribal Affilation and Degree of Indian Blood) with their
Standard Form (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 theyoccur,will be accomplished by negotiation and issuance of
individual delivery orders. Overhead and discipline labor hourly rates
for the proposed option years will be negotiated before the award of
the contract. The evaluation factors for consideration for
consideration for architect/engineering firms and their consultants, in
desending order of importance, with items two and three being of equal
point value, are: (1) PROFESSIONAL QUALIFICATIONS OF THE FIRM AND ALL
CONSULTANTS -- Professional qualifications and licensures of project
manager; 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 clinical 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 the prime firm and consultants relative to each other
and to the project locations; knowledge of the locality of the
projects; (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) ALALYSIS OF CURRENT WORKLOAD -- Demonstrated
ability to provide and devote a total team response to complete
Clinical and Support Space projects on schedule. Joint Ventures (JV)
will be considered providing the Indian firm is the managing entity and
the JV is at least 51 percent Indian owned, controlled, and operated
(this shall be stated in the letter of interest). Firms that meet the
requirements described in this announcement are invited to submit (1)
a letter of intent (specifying the 51 percent Buy Indian Certification
described above); (2) a SF 254, A/E and Related Services Questionaire
for the firm and all consultants; and (3) a SF 255, A/E and Related
Services Questionaire for Specific Projects to: Barry J. Prince,
Contracting Officer, Indian Health Service, Engineering Services --
Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433 by no
later than 4:30 p.m., January 15, 1998. No other general notification
for this service will be made. In fairness to all firms, additional
information will not be released in response to individual inquiries.
THIS IS NOT A REQUEST FOR PROPOSAL! Facsimile copies will NOT be
accepted. (0340) Loren Data Corp. http://www.ld.com (SYN# 0024 19971210\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|