Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

C -- Architect-Engineer Services, Navajo Area Indian Health Service

Solicitation Number: HHSI161200700084C
Agency: Department of Health and Human Services
Office: Indian Health Service
Location: Dallas Office of Engineering Services
  • Print
:
HHSI161200700084C
:
Presolicitation
:
Added: June 19, 2007
Architect-Engineering Services, Navajo Area Indian Health Service

The Indian Health Service (IHS), Division of Engineering Services ? Dallas (DES), is seeking qualified Architect-Engineering (AE) firms to submit proposals for AE Services necessary to support the Navajo Area IHS Office.



The selected firm will provide a nonexclusive contract for healthcare facilities, sanitation facilities, environmental assessments, and other support design services for the Navajo IHS Area Office. The estimated dollar range for each design project is $10,000 to $200,000. The contract type will be Indefinite Delivery/Indefinite Quantity (IDIQ). 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 calendar days or $1.0 million, whichever occurs first, with four one-year option periods that may be exercised at the Government?s discretion based on the Contractor?s performance. Multiple awards may be made. Overhead and hourly rates for the base year and all option years will be negotiated up-front, prior to the contract award. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the evaluation criteria factors specified below. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement.



NOTICE OF SET-ASIDE: This procurement is a set-aside under the Small Business Competitiveness Demonstration Program. North American Industry Classification System (NAICS) Code 541310 is applicable to this procurement. The small business size standard applicable to the procurement is $4.5 million.



Firms interested in submitting their qualifications for this procurement must submit a Standard Form (SF) 330, Architect-Engineer Qualifications Form with supplement forms as necessary. (These forms may be obtained at www.gsa.gov). Qualifications submitted on a SF 330 will be reviewed and evaluated to identify the most highly qualified firms. Firms must fully address their capability and qualifications and fully address each of the five evaluation factors listed below to be considered by the source selection board. Oral interviews may be held at the discretion of the Government.



Evaluation Factors:



1. Qualifications: Overall professional qualifications of staff, principals, and project managers; length of time firm has been established; and qualifications in small and medium community water and wastewater system design. (Weight Factor: 25 points.)



2. Experience: Experience and qualifications of the proposed staff in design of small to medium size projects related to government hospitals, clinics, support buildings, and housing. The projects may consist of new designs, expansion of existing facilities, or renovation projects. The firms should have experience designing in metric and English units of measurement. Professionals in the following disciplines; architectural, civil engineering, mechanical engineering, electrical engineering, structural engineering and environmental management will be licensed as appropriate. Professionals should have knowledge and design experience required under the AIA Hospital and Health Care Facilities guidelines and construction, also implementation of "Green" concepts in design and LEEDS energy conservation. (Weight Factor: 25 points.)



3. Past Performance: Past performance with government and private industry contracts on projects related to small and medium community water and sewer systems; past performance on contracts with federal government entities including Native American organizations, tribal governments and projects on Indian Trust lands, federal agencies (i.e., Indian Health Service and Bureau of Indian Affairs) and private industry. Includes quality of work; compliance with schedules; and providing solutions within specified budget and design parameters. (Weight Factor: 20 points)



4. Capacity: Firm?s capacity to accomplish the work in the required time; overall project management methodology; Quality Assurance/Quality Control (QA/QC) procedures to ensure work (studies, plans, and specifications, etc) are complete and accurate, including coordination between disciplines; and method firm uses to ensure applicable codes and standards are met in the design. (Weight Factor: 20 points)



5. Location of Office(s) of Firm and Consultants: Firm?s accessibility to Navajo Area Indian Health Service located in Window Rock, Arizona, and the following service unit locations. 1) Shiprock, New Mexico 2) Crownpoint, New Mexico 3) Gallup, New Mexico, 4) Fort Defiance, Arizona 5) Chinle, Arizona 6) Kayenta, Arizona 6) Tuba City, Arizona and 8) Winslow, Arizona with regard to travel time and communication ability between the firm and its consultants, and proximity of the firms and consultants offices to the project?s locations. (Weight Factor: 10 points)



The selected firm will be subject to an audit by Defense Contract Audit Agency to verify their overhead/discipline hourly rates.



MANDATORY REGISTRATION REQUIREMENT: Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration: Any and all firms or persons wishing to respond to this announcement must be registered in the Central Contractor Registration (CCR) database which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during the performance, and through final payment of any contract.



Submittal Requirements: One original with original signature must be submitted and four copies. Submittal packages must be on 8? X 11 ?? paper in neat orderly presentation folders with the name of the firm and project title on the cover page. Type size and font should be 12 Times New Roman for ease of reading. OFFERORS MUST FULLY RESPOND TO REQUIREMENTS AND FULLY ADDRESS THE EVALUATION FACTORS TO BE CONSIDERED. THERE ARE NO OTHER DOCUMENTS AVAILABLE.



Qualification packages are to be sent to Mr. William Obershaw, Chief of Contracting, Senior Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433.



All qualifications packages must be received by the Contracting Officer by no later than 2:00 p.m. (central time) on July 19, 2007. Electronic transmission of proposal documents (i.e., e-mail, facsimile, etc.) will NOT be accepted.



Point of contact for this procurement is Ms. Misty L. Gates, Contract Specialist. Questions concerning this procurement shall be submitted via E-MAIL only to misty.gates@ihs.gov . Telephone inquiries cannot be accepted and will NOT be returned.

:
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202, UNITED STATES
:
Highway 264 at St. MichaelsWindow Rock, Arizona
86515
:
Misty Gates, Contract Specialist, Phone 214/767-5194, Email misty.gates@ihs.gov - John Peacock, Procurement Assistant, Phone 214-767-6613, Fax 214-767-5194, Email John.Peacock@ihs.gov