DETAILED DESIGN FOR FT PECK HEALTH CENTER (№5334418)

07 jan

Number: 5334418

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


07-01-2018

Description


DETAILED DESIGN FOR FT PECK HEALTH CENTERSolicitation Number: 16-102-SOL-00030
Agency: Department of Health and Human Services
Office: Indian Health Service
Location: DHHS/IHS/ Division of Engineering Services-Seattle

Solicitation Number: 16-102-SOL-00030

Notice Type: Award

Contract Award Date: January 3, 2018

Contract Award Number: HHSI102201800002C

Contract Award Dollar Amount: $883800.00

Contract Line Item Number: SUM of six (6) Contract Line Item Numbers

Contractor Awarded Name: Stevenson Design Inc.

Contractor Awarded DUNS: 151038445

Contractor Awarded Address: 909 Main Street

Miles City, Montana 59301-3319
United States

Synopsis: Added: Feb 13, 2017 9:20 am Modified: Mar 02, 2017 4:46 pm

Track Changes Note: The Request for Qualification is posted.



Purpose:
This synopsis is issued to provide a notice to the public for project information to be performed in support of the Indian Health Service (IHS). IHS is seeking a qualified A/E Firm to furnish professional design services for the a Detailed Design for a new Health Facility and a Renovation to the existing health center at the Fort Peck Service Unit, Verne E. Gibbs Health Center, 107 H. Street, Poplar, MT 59255.

Authority: IHS (Division of Engineering Services (DES)) Seattle is issuing this synopsis in accordance with FAR Part 5.204 Pre-solicitation Notices.


Description: The proposed contract listed here is 100 percent set-aside for small business concerns. The Government will only accept offers from small business concerns. All other firms are deemed ineligible to submit offers.


This is a new procurement. It does not replace an existing contract. No prior contract information exists. A Sources Sought was issued on 22 August 2016 in order to conduct Market Research. This is a Pre-solicitation notice. The Request for Qualifications will be available on or around 2/28/16, on www.fbo.gov, under the solicitation number 16-102-SOL-00030.


This is not a solicitation announcement for proposals, and no contract will be awarded as a result of this notice or any follow-up information requests. In order to protect the procurement integrity of any future procurement, if any, that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

The anticipated work includes, but is not limited to:


Background: The Fort Peck Service Unit (FPSU) provides health care to Indian people within the Fort Peck Reservation located in the State of Montana. The federal government provides healthcare services to members of the Assiniboine and Sioux Tribes utilizing two healthcare facilities located on the reservation. The Chief Redstone Clinic is located in Wolf Point, Montana and the Vern E Gibbs Health Center is located in Poplar, Montana. In addition to the healthcare facilities, the Service Unit has seventeen (17) federally owned housing units to provide lodging to the healthcare providers relocating from outside the local area.


The scope of work may include final planning, design, construction administration/observation, equipment planning and commissioning for a new 10742 SF healthcare facility and a renovation of 13000 SF outpatient health care center. Types of services to be provided would include:


1) Planning and Engineering review,
2) Architectural programming validation,
3) Conceptual Design
4) Schematic Design in compliance with approved program documents
4) Design development and construction documents
5) Solicitation document preparation,
6) Landscape Design,
7) Interior Design,
8) Construction Cost Estimating,
9) Construction administration/management, and/or observation
10) Value engineering,
11) Commissioning
12) NFPA 99 Risk Assessment coordination
13) LEED and Sustainability adherence and certification
14) IHS A-E Design Guide compliance
15) FGI Guidelines Adherence
16) Phased Construction planning


The estimated cost range of resultant construction contract is between $5000000 and $10000000.


The A-E firm"s primary business shall be architectural healthcare design with a focus on completed designs for construction projects with costs in the $5000000-$10000000 range, with the capability of providing and subcontracting engineering and other specialty disciplines/services, as necessary.


All offerors are advised that in accordance with 36.601-(3)(b) the total cost of the architect or engineer services contracted for must not exceed six (6) percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-2 (c) - Design within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design.


The North American Industry Classification System (NAICS) Code is 541310 Architectural Services, with a Small Business Size Standard of $7.5 million.


Competitive Acquisition: The solicitation will utilize source selection procedures FAR 36.602. The offeror will be required to submit Qualification Statements (SF-330s) for evaluation by the Government.


Contract Type: Indian Health Service intends to award a Firm Fixed Price (FFP) A/E Contract in support of this requirement.


THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.


IMPORTANT NOTICE: In formulating the Qualifications submission, potential respondents should consider that FAR 52.219-14, which will be incorporated into any resultant contract, requires the Prime Contractor to perform services under the contract equivalent to 50% or more of the contract value in personnel costs throughout the life of the contract. This is a positive requirement rather than one where an indication of capacity, capability or willingness to meet these requirements would be acceptable. Respondent(s) should demonstrate in their Qualifications submission how they will meet this requirement. Although the specific project effort awarded under any resultant contract is not known at this time, it is believed to be unlikely a Respondent could reasonably expect to meet this FAR requirement where they propose a Prime Contractor role limited to a single discipline, or possibly even multiple disciplines, where the discipline mix proposed leans towards disciplines typically not heavily utilized in A-E Services for Health Facilities Engineering projects.


Disclaimer and Important Notes All respondents must register on the SAM located At http://www.sam.gov/.

Added: Mar 02, 2017 2:57 pm Request for Qualifications 16-102-SOL-00030 (See Attachment)

Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Type: Solicitation

Posted Date: March 2, 2017



Request_for_Qualifications_DISTRO.pdf (0.00 Kb) Description: Request for Qualifications 16-102-SOL-00030

Request for Qualifications 16‐102‐SOL‐00030 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Request for Qualifications 16‐102‐SOL‐00030

Posted Date: March 2, 2017

Solicitation 2 Type: Solicitation

Posted Date: March 2, 2017

Solicitation 3 Type: Solicitation

Posted Date: March 2, 2017

Solicitation 4 Type: Solicitation

Posted Date: March 3, 2017

Solicitation 5 Type: Solicitation

Posted Date: March 4, 2017



16-102-SOL-00030_RFQ.pdf (118.47 Kb) Description: Request for Qualification 16-102-SOL-00030

PQI-Form.doc (24.50 Kb) Description: Pre Qualification Inquiry Form

Amendment 1 Type: Mod/Amendment

Posted Date: March 27, 2017



Amendment_0001_for_16-102-SOL_00030_RFQ.pdf (22.87 Kb) Description: AMENDMENT 01 FORT PECK



Contracting Office Address: 701 Fifth Ave
STE 1600, MS-24
Seattle, Washington 98104
United States


Place of Performance: Verne E. Gibbs Health Center, 107 H. Street
Poplar, Montana 59225
United States


Primary Point of Contact.: Robert C. Sim, Contracting Officer

[email protected] Phone: 2066152452

Secondary Point of Contact: Melissa Warmath, Chief of the Contracting Office

[email protected]