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 A-E firm shall assist IHS in providing professional design and engineering services. Requirements will vary for each individual Task Order and will be defined by separate scopes of work.
DES intends to award up to twelve (12) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts 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 capacity of $5,000,000.00 per contract is reached, whichever is earlier.
The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years. The minimum value of any individual Task Order is $1,000.00 with a maximum Task Order value of $1,000,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A-E effort involved.
Point of Contact:
Mr. Nicholas A. Aprea, Contract Specialist
Division of Engineering Services (DES) Dallas,
1301 Young St., Suite 1071
Dallas, Texas 75202
Nicholas.aprea@ihs.gov;
(214) 767-5255
2. SET-ASIDE INFORMATION:
This procurement is being competed as a 100% Small Business set-aside for all A-E firms under the primary North American Industry Classification System (NAICS) Code 541330, Engineering Services. Preference will be given to Native Owned Firms. Details of the preference will be discussed in Section L of the Solicitation. 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 highest rated firms to move into discussions. All firms not selected will be notified. After discussions have concluded, up to twelve (12) of the most highly rated firms selected will receive the solicitation for pricing and subsequent price negotiations.
3. PROJECT INFORMATION
The Indian Health Service is seeking consultants to provide professional services related to the planning, design, construction contract administration, post construction contract services, facility maintenance support services on facilities design projects and other A-E related services and studies at various Indian Health Service and Tribal health facilities, including a major medical center, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters and support facilities. Work on specific projects under this contract will not be requested or required except when the Contracting Officer awards delivery orders under the contract for such work. The A-E Services that may be required under this contract include, but are not limited to:
1. Consulting services
2. Reports (planning and programming)
3. Investigations
4. Site selections
5. Design concepts
6. Preliminary drawings
7. Specifications
8. Final working drawings
9. Review and recommendation for approval of shop drawings, samples, and
equipment data
10. Construction administration
11. Construction inspection
12. Other similar items
Added:
May 17, 2018 6:17 pm This Amendment cancels Request for Qualifications (RFQ) #17-161-SOL-00067 in its entirety.
This pre-solicitation is replaced in its entirety by RFQ #18-102-SOL-00028, which is anticipated to be advertised on FBO on or about mid May 2018.
New Contract Specialist (CS): The New CS POC for this project will now be Mr. Matt Sanders.
IMPORTANT: Monitor RFQ #18-102-SOL-00028 on
www.FBO.gov for updates/attachments.