Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17, 2000 PSA #2729
SOLICITATIONS

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR STUDIES, I.E., FEASIBILITY STUDIES, HOUSING STUDIES, DEEP LOOKS, PROGRAM DEVELOPMENT FOR HEALTH SYSTEM PLANNING (HSP), FACILITIES BUDGET ESTIMATING, ETC., FOR THE ENGINEERING SERVICES -- DALLAS SERVICE AREA

Notice Date
November 15, 2000
Contracting Office
Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433
ZIP Code
75202-5433
Solicitation Number
RFP/161-01-0014
Response Due
January 3, 2001
Point of Contact
Barry J. Prince, Contracting Officer, (214) 767-6613
Description
The Indian Health Service (IHS), Engineering Services -- Dallas (ES-D), has an existing need for an indefinite delivery indefinite quantity contract for Studies, i.e., feasibility studies, housing studies, deep looks, program development for Health Systems Planning (HSP), facilities budget estimating, etc., for the ES-D service area. THIS PROCUREMENT IS SET-ASIDE UNDER THE BUY INDIAN ACT FOR FIRMS THAT ARE AT A MINIMUM 51 PERCENT INDIAN OWNED, CONTROLLED AND OPERATED. The selected contractor will provide a nonexclusive contract for the Engineering Services -- Dallas services area. 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 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 design project is $100,000 to $200,000. Contract type will be Indefinite Delivery Indefinity Quantity. Specific projects, as they occur, will be accomplished by negotiation and issuance of delivery orders. The proposed contract will be for an initial period of 365 days or $1 million, whichever occurs first, with four one-year options that may be exercised at the Government's discretion. Multiple awards may be made. Overhead and discipline labor hourly rates for the option years will be negotiated up-front, prior to the contract award. The evaluation factors for selection, in descending order of priority, with items 1 and 2 being of equal point value, and items 5 and 6 being of equal point value, are: (1) PROFESSIONAL QUALIFICATIONS OF FIRM; Overall adequacy of Professional staff and qualification of Principals and Project Managers in health care facilities. Length of time firm has been established and qualifications as a prime A/E contractor; (2) EXPERIENCE AND QUALIFICATIONS OF PROPOSED KEY STAFF: Specialized technical skills and report preparation (such as Health System Planning, Process Reporting, Operational Process Analysis, Program Assessments, Architectural, POR, Mechanical/Electrical Systems, Energy saving, DDC-control system in hospital, clinic, quarters to conduct the necessary required studies and surveys) including cost estimates; (3) OVERALL PAST PERFORMANCE RECORD: Quality of work, compliance with performance schedules, and cost estimating on Government contracts; (4) ANALYSIS OF FIRM'S CURRENT AND PROJECTED WORKLOAD; Demonstrates ability and maintains a total project team to complete the project on schedule; (5) LOCATION OF MAIN OFFICE OF FIRM(S) AND CONSULTANTS: Relative travel time and communication ability between the prime firm and consultants relative to each other and the ES-Dallas staff. Knowledge of the ES-Dallas service area and locality of the project sites; and (6) DESIGN EXPERIENCE IN NATIVE AMERICAN CULTURES: Specific experience and/or plan for addressing Native American Indian culture. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest and the certification described above; (2) one Standard Form 254, A/E and Related Services Questionnaire for the Firm and All Consultants; and (3) one Standard Form 255, A/E and Related Services Questionnaire for Specific Projects to: Barry J. Prince, Contracting Officer, Indian Health Service, Engineering Services -- Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433, no later than 4:30 p.m. local time, Wednesday, January 3, 2001. Facsimile copies will NOT be accepted.
Record
Loren Data Corp. 20001117/CSOL002.HTM (W-320 SN506795)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 15, 2000 by Loren Data Corp. -- info@ld.com