The RFP Database
New business relationships start here

Architectural and Planning Services IDIQ


Texas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(REQUEST FOR SF330s)

1. CONTRACT INFORMATION:


The Division of Engineering Services (DES) Dallas, Indian Health Service (IHS), an agency of the Department of Health and Human Services is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for Architectural Services for Master Planning and other Associated pre-planning services for IHS facilities located nationwide. Facilities locations are in twelve (12) physical areas of the United States: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland and Tucson. Each of these areas has a unique group of Tribes that they work with on a daily basis.


The Architect Engineer firm shall assist IHS in providing professional services including all labor and material as required for master planning, programming, concept studies, space utilization studies, feasibility studies, cost estimating, business case analyses, real property planning, equipment planning and purchasing, programming and management support. Requirements will vary for each individual Task Order and will be defined by separate scopes of work.


DES intends to award one (1) Indefinite Delivery-Indefinite Quantity (IDIQ) contract that will be for a base period of one (1) year from the date of award with four (4) options to extend the term of the contract for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract amount of $7,500,000.00 awarded is reached, whichever is earlier.


The contract awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years, which will be satisfied with the award of the first task order. . The minimum value of any individual Task Order is $1,000.00 with a maximum Task Order value of $2,000,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved.


Point of Contact:
Ms. Jenny Scroggins, Contracting Officer; Jenny.Scroggins@ihs.gov; (214) 789-8164
Division of Engineering Services (DES) Dallas, Suite 1071, Dallas, Texas 75202




2. SET-ASIDE INFORMATION:


This procurement is being competed on an unrestricted basis with no small business set aside for all Architect Engineering firms under the primary North American Industry Classification System (NAICS) Code 541310, Architectural Services. Offerors submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov).


This procurement will follow the procedures established in the PL 92-582 (the Brooks Act), Federal Acquisition Regulation (FAR) 15 and FAR 36.6. The selection process will consist of the initial evaluation of the SF-330s' and determination of the three (3) highest rated firms. It is the Government's discretion to move into discussions should it be determined. All firms not selected will be notified. After determination of the three (3) highest rated firms have concluded, the highest rated firm selected will receive the solicitation for pricing and subsequent price negotiations.




3. INSTRUCTIONS TO OFFERORS


Qualified firms desiring consideration shall submit their proposal electronically to Jenny Scroggins, Contracting Officer, via email at Jenny.Scroggins@ihs.gov containing: (1) Standard Form (SF) 330, Part I and Part II - Architect-Engineer Qualifications; and (2) the submission requirements contained in Section 4 (Paragraphs 1-5), Evaluation Criteria, of this advertisement. An SF330 (Attachment 1) is also required for each consultant or joint firm. The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486.


Submission packages for each firm is limited to 60 pages exclusive of indexing tabs, project photos or drawings with brief captions and Past Performance Questionnaires submitted. Font shall be no less than 12 point font, single-spaced with 1.5 line spacing, margins no less than 1/2", and page size of 8.5" x 11". (A page is defined as each face of a sheet of paper containing information. When both sides of a sheet of paper display printed material, it shall be counted as two (2) pages.)


Submissions are due by 4:00 pm (CST), 16 October 2017 to Jenny Scroggins, Contracting Officer, via email at Jenny.Scroggins@ihs.gov with synopsis number HHSI61-17-R-00061 noted. Fax submissions are not acceptable. Non-responsive submissions will not be considered by the A-E selection board.


Please send all questions/comments referencing the synopsis number HHSI61-17-R-00061 via email to Jenny Scroggins at Jenny.Scroggins@ihs.gov by 4:00 pm (CST), 09 October 2017. Questions received prior to this date will be answered via an amendment to this solicitation. Questions received after this date will not be responded to. Oral questions or those submitted by facsimile will not be answered.




4. EVALUATION CRITERIA:


Submissions received in response to this notice will be evaluated by a board of professional engineers and others in accordance with FAR Subpart 36.6 and PL 92-582 (Brooks A-E Act). The evaluation board will hold discussions with the top three (3) most highly qualified firms during the final selection process.


The evaluation factors listed below shall be tabbed/bookmarked accordingly and addressed in Part H of the SF-330. Offerors responding are requested to clearly indicate those required services it intends to self-perform and those it intends to subcontract. IHS shall evaluate each potential offeror in accordance with the following evaluation criteria. Each submission will undergo a technical evaluation and will be assigned an adjectival rating utilizing the evaluation factors below. The importance of the evaluation factors are in descending order:


1. Specialized experience and technical competence of the offeror and its proposed subcontractors performing healthcare facilities planning services within the past seven (7) years.


a.    The offeror shall describe its proposed experience and subcontractor(‘s') experience performing conceptual design studies, concepts of operations, assessing existing healthcare systems, master planning of a campus, equipment planning, facility feasibility studies for a new or existing healthcare facility, and programming, and/or developing planning documents.


b.    The offeror shall also describe its experience working with its proposed subcontractors and key personnel.


c.    The offeror shall indicate which projects and describe experience and/or interaction with any tribal nations or groups and related agencies. The offeror is encouraged to describe problems/issues/concerns encountered on projects and describe the corrective action taken to resolve them.


2. Professional qualifications of the offeror and its proposed subcontractor and key personnel, based upon projects completed within the last seven (7) years.


a.    The offeror shall describe its professional qualifications and those of its proposed team as those qualifications relate to the instant requirement (proposed subcontractors and key personnel).


b.    The offeror shall identify the roles of its key personnel by providing resumes for its proposed key personnel (i.e.: Principal, Senior Architect, Project Manager, AICP Certified Planner, Interior Designer, Analyst/Planner Programmer, Space Planner, Equipment Planner, Landscape Architect) that include credentials, education, registrations, relevant experience, and the role to perform IHS's requirements.


c.    Because the intent of this IDIQ is for healthcare facilities planning services, prime offerors who posessess and maintain in-house capability (i.e.: AICP Certified Planner, Space Planner and/or Equipment Planner) will be rated more favorably than those prime offerors propsoing to subcontract these responsibilities to other firms.


3. Offeror's recent past performance on contracts with Government agencies and private industry, similar to that described herein, in terms of cost control, quality of work, and compliance with performance schedules.


a.    Firms shall have clients complete Past Performance Questionnaires (Attachment 2). The completed Past Performance Questionnaires are to be submitted with the firm's SF330 package or the client may submit directly to Jenny Scroggins via email to Jenny.Scroggins@ihs.gov if the client so chooses. Clients should be knowledgeable of the firm's past performance and be willing to be interviewed by the Government.


b.    While the exact format of the attached Past Performance Questionnaires is not required, a submitted past performance questionnaire shall include the minimum specifics for each project submitted including, but not limited to, the following information:
•    Project description, contract amount, dates, and client information;
•    Initial award date and amount and final completed contract date and amount and description for differences, if applicable;
•    Providing a dialogue and a resulting rating for the areas of Quality, Professionalism, Cooperativeness, Problems, Adherence to Schedule, Cost Control, and Customer Satisfaction;
•    Question to be answered by client - "Would you award this firm another contract?"


c.    Firms shall have previous clients submit Past Performance Questionnaires for design and construction projects that are the same as the projects included in its proposal for Relevant Experience. Ensure correct phone numbers and email addresses are provided for the client point of contact. Failure to provide requested data or to provide an accessible point of contact may negatively impact a firm's rating.


d.    The offeror shall submit a minimum of three (3) with a maximum of five (5) past performance questionnaires submitted by their clients.


e.    Firms are encouraged to describe problems encountered on projects submitted for past performance and describe the corrective action taken to resolve the issue(s). Firms will also submit recognition documents received in the last five (5) years, such as awards from clients, customers or professional organizations received within the last five (5) years.


f.    In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of firm team members (partnership, Joint Venture, or parent company's subsidiary or affiliate), inquiries of owner representative(s), and any other known sources not provided by the firm.


g.    While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm.


4. Capacity of the offeror and proposed subcontractors to accomplish the work within the required time frame.


a.    Current and planned workload - The offeror shall describe it and its subcontractors current and planned one (1) year workload and how the firm plans to meet the anticipated magnitude of the instant requirement with available resources


5. Commitment to Small Business


a.    Provide a 1-page narrative (Section H of the SF330) explaining the extent of participation of Small Business [specifically small business, certified 8(a), certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB)], woman-owned small business (WOSB), and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort, as defined by the Small Business Administration size standard (www.sba.gov). Firms who plan to largely utilize small business entities, namely Native American Owned firms, in the execution of this work, shall be evaluated more favorably.


b. If the firm is proposing to perform the work as a joint venture or under a mentor-protégé program, this shall be explained in the narrative as well. The mentoring program shall be finalized with the SBA prior to submission of the SF330 package, and the firm shall show documentation (from the SBA) of the finalized arrangement as an attachment to the narrative. Failure to provide this documentation may result in rejection of the offer.


Note: Upon award, the A-E firms that are large businesses shall comply with FAR 52.219-9, Small Business Subcontracting Plan (Jan 2017) requirement.


 


5. PROJECT INFORMATION


The Indian Health Service is seeking a consultant to perform health care strategic planning, assess the existing healthcare system and staffing, determine operational concepts, develop planning documents, transitional planning, and develop equipment plans. These tasks include:


1.    Space planning
   a.    For New or Replacement Healthcare Facility
i.    Review the IHS Area Master Plan
ii.    Review current healthcare delivery program including alternative healthcare facilities, IHS or non-IHS healthcare facilities
iii.    Review proposed site for desirable features for sustainability, accessibility to the user population, and utility needs or upgrades
iv.    Determination of staff housing needs
v.    Execute the Health Systems Planning (HSP) software
vi.    Prepare drafts of Program Justification Document (PJD) and the Program of Requirements (POR) document
vii.    Any deviation requests for population, health services, staff, space, etc. must be submitted to IHS HQE for review and approval.
viii.    Adequate justification for each deviation must be submitted with data and reasoning for the deviation
ix.    Obtain a cost estimate for the proposed the new or replacement healthcare facility and cite the source of the cost estimate
x.    Submit to IHS Area staff Point of Contact (POC) for initial review and comment
xi.    After incorporating Area comments, documents will be forwarded to the IHS HQE POC.
   b.    For Expansion and Renovation Projects
i.    Review the IHS Area Master Plan
ii.    Review current healthcare delivery program including alternative healthcare facilities, IHS or non-IHS healthcare facilities
iii.    Review proposed site for desirable features for sustainability, accessibility to the user population, and utility needs or upgrades
iv.    Execute the Health Systems Planning (HSP) software
v.    To make effective and efficient use of available space.
vi.    To create highly efficient and sustainable designs.
vii.    To accommodate current and future needs.

2.    Medical equipment planning.
   a.    Medical devices and equipment are planned on the basis of the Space Schedule in the POR that maps the health facility and its services. The Space Schedule is divided into departments and rooms. These rooms require equipment to efficiently deliver health care services. A medical equipment planner performs a wide range of tasks to provide equipment with the right specifications. They are expected to develop, coordinate and manage the hospital equipment list. Duties may also extend to procuring, installing, start-up services and testing equipment. A medical equipment planner may also arrange for equipment storage until an installation is set to begin. Coordination with the area biomedical program will be required to ensure compatibility and compliance.
   b.    The following factors should be taken into account when planning equipment:
i.    IHS equipment policies with regard to primary health services,
ii.    capacity of the space and capabilities of the staffing, and limitations of local infrastructure such remoteness for Wi-Fi, telemedicine, etc.
iii.    operational expenses (maintenance, consumables, etc.) that follow the initial investment,
iv.    compatibility and integrating with existing software, operations, or technology.

3.    Assessments of the existing healthcare system and identify opportunities for improving healthcare service. Conduct special studies required to improve operations and those that are outside the templates of the HSP and RRM.

4.    Analyze existing data and documents
   a.    facilities condition assessments
   b.    facility engineering deficiency system
   c.    user population forecasts
   d.    patient workload forecasts
   e.    migration analysis
   f.    justification and cost analysis of services
   g.    Space and/or staffing
   h.    Staffing patterns,
   i.    Delivery of services.

5.    Determine patient and staff workflow, operational concepts or scopes of service, and appropriate space adjacencies.

6.    Develop planning documents
   a.    Strategic Plans,
   b.    Health Services Master Plans,
   c.    Facilities Master Plans,
   d.    Project Justification Documents,
   e.    Program of Requirements,
   f.    Project Justification Documents for Staff Quarters,
   g.    Program of Requirements for Staff Quarters,
   h.    RRM Validations,
   i.    Budget RRM Validations,
   j.    Budget FTE Reviews,
   k.    Transition Planning,
   l.    Equipment Plans.
Coordinate with IHS experts the development and updates of new criteria for the HSP and RRM. https://www.ihs.gov/dper/planning/facilityplanningtools/




6. ADDITIONAL INFORMATION


Note: The Government is unable to receive files larger than 8 MB. If your file is sent in multiple emails please number them (1 of how many) with this solicitation number so the Government identifies it received the complete package.

Late responses are subject to FAR Provision 52.215-1.


Attachments to this synopsis:
Attachment 1 - Standard Form 330 (SF330) (The SF330 is also available on the GSA website at http://www.gsa.gov/portal/forms/download/116486.)
Attachment 2 - Past Performance Questionnaire


This is not a Request for Proposal; therefore, do not provide information on pricing.


 


Jenny J. Scroggins, Contracting Officer, Phone 2147898164, Email jenny.scroggins@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP