Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 2, 2001 PSA #2820
SOLICITATIONS

C -- A/E SERVICES FOR HEALTH CARE AND SUPPORT SPACE FOR THE NAVAJO IHS AREA OFFICE, WINDOW ROCK, AZ

Notice Date
March 29, 2001
Contracting Office
Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433
ZIP Code
75202-5433
Solicitation Number
RFP/161-01-0022
Response Due
May 3, 2001
Point of Contact
Wanda L. Burton, Contracting Officer, (214) 767-3999 or (214) 767-3492
Description
Architectural/Engineering Services for Health Care and Support Space for the Navajo Indian Health Service Area Office (NAIHS). The selected contractor will provide a non-exclusive contract for A/E services for NAIHS. THIS PROCUREMENT IS SET-ASIDE UNDER THE BUY INDIAN ACT FOR FIRMS THAT ARE AT A MINIMUM 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 restriction, i.e., offerors who are currently certified by the Indian Health Service (HIS) 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 SF254/255. Offerors who are not currently certified by HIS or BIA are required to submit proof of ownership and eligibility for Indian preference under the "Buy Indian Act". Joint ventures will be acceptable as long as the Indian owned firm is the managing entity (this must be stated in the letter of interest). The estimated dollar range for each design project is $100,000 to $200,000. Contract type will be Indefinite Delivery Indefinite 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, are: (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF PRINCIPALS, PROJECT MANAGERS, KEY STAFF AND CONSULTANTS: Professional qualifications of the principals, design staff and project managers; sufficient staff; length of time principals, firms, and primary consultants have been performing services similar to those required by this contract. Technical competence and skills: specific healthcare and support space experience, including but not limited to planning, conceptual design, knowledge and incorporation of all applicable codes, evaluation of alternatives; construction observation services; CADD capabilities; (2) COMPOSITION OF PRIMARY OFFICE STAFF: The A/E office shall have a minimum core staff of one registered architect (specializing in healthcare facilities), and immediate access to one registered civil/structural engineer, one registered mechanical and one registered electrical engineer. All architect and engineers shall be registered/licensed in one of the fifty states; (3) LOCATION OF A/E FIRM'S AND CONSULTANTS' OFFICES RELATIVE TO EACH OTHER AND THE NAVJO AREA OFFICE: Relative travel time and communication ability between prime firm and consultants relative to each other and to the Navajo Area Office. Demonstrates ability and availability to communicate by Internet, e-mail, progress reports, and other project information, photos & public announcements, etc. It is preferred that the Primary A/E office be located within the Albuquerque, New Mexico metroplex; (4) FIRM'S AND CONSULTANTS' PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR MAGNITUDE AND COMPLEXITY TO THIS REQUIEMENTS: Presented proof of design abilities, accuracy, project management, Federal contracting requirements, scheduling, budgeting compared to design estimates, estimates compared to final project costs, timeliness, and the demonstrated responsiveness to the needs and requirements and quality assurance of the customer; and (5) STAFFING FOR CURRENT AND PROJECTED WORKLOAD: Demonstrated ability to provide and devote a total team response to complete healthcare and support space projects on schedule during design, construction and post construction. Demonstrates ability and company procedures for quality assurance program on all design projects. Firms that meet the requirements described in this announcement are invited to submit (1) a letter of interest and the certification described above; (2) TWO Standard Form 254s, A/E and Related Services Questionnaire for the Firm and All Consultants; and (3) TWO Standard Form 255s, A/E and Related Services Questionnaire for Specific Projects to: WANDA L. BURTON, Contracting Officer, Indian Health Service, Engineering Services-Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433, no later than 4:00 pm (CST), Thursday, MAY 3, 2001. Facsimile and E-mail copies will NOT be accepted.
Record
Loren Data Corp. 20010402/CSOL003.HTM (W-088 SN50H6J3)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 29, 2001 by Loren Data Corp. -- info@ld.com