Arizona Bids > Bid Detail

Whiteriver Hospital Design

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159156644342622
Posted Date: Dec 8, 2022
Due Date: Jan 24, 2023
Solicitation No: 75H70123R00008
Source: https://sam.gov/opp/d4d2a779c7...
Follow
Whiteriver Hospital Design
Active
Contract Opportunity
Notice ID
75H70123R00008
Related Notice
75H70123R00008
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 08, 2022 02:21 pm CST
  • Original Date Offers Due: Jan 24, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Whiteriver , AZ 85941
    USA
Description

(REQUEST FOR SF330s)



1. CONTRACT INFORMATION:



The Division of Engineering Services (DES), Indian Health Service (IHS), an agency of the Department of Health and Human Services is seeking qualified and multi-discipline architect and engineer (A-E) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for A-E Services to design a replacement Whiteriver Hospital, a 395,844 gross square foot building.





DES intends to award one (1) Firm Fixed Price (FFP) A-E Contract in support of this requirement. This is a new procurement. It does not replace an existing contract. No prior contract information exists.





LOCATION: The building site is located in eastern Arizona in the community of Whiteriver on the Fort Apache Indian Reservation. The project is located near 200 W Hospital Dr, Whiteriver, AZ 85941, where the current 83,785 square foot, Whiteriver Indian Hospital (WIH) is located.





SCOPE: The A-E firm shall prepare a Construction Documents Package to be used to select a general contractor to construct the replacement Whiteriver Hospital, and perform Construction Contract Administration Services (CCAS) during the construction period. It is anticipated that the AE will be retained to perform limited construction contract solicitation services during the solicitation period, and CCAS during the construction period. The anticipated period of performance is 540 days after Notice to Proceed for design, 270 days for the construction solicitation period, and an additional 1095 days for CCAS. The overall design, solicitation, and construction period of performance is estimated to be 1905 calendar days.





Originally constructed in 1979, the current 83,785 square foot, Whiteriver Indian Hospital (WIH) is 43 years old, and is located in eastern Arizona in the community of Whiteriver on the Fort Apache Indian Reservation. The existing hospital is located about three miles north of Whiteriver and serves approximately 17,050 users (White Mountain Apache Tribe (WMAT) Tribal members and other AI/ANs living in communities around the area).



The new 395,844 Square Foot hospital is planned to serve a Primary Service Area (PSA) projected user population of 19,088 in 2030. The Whiteriver Service Unit (WSU) services will include Primary Care, Dental, Eye Care, Social Services, Health Education, Public Health Nursing, Public Health Nutrition, Wellness Center, Audiology, Emergency Care, Medical and Surgical Specialty Care, Podiatry, Medical/Surgical/Pediatric Acute Care, Low-Risk Labor & Delivery, comprehensive Diagnostic Imaging, full Rehabilitation Services, and Environmental Health. The construction site is geographically limited, which presents the unique challenge of locating the 395,844 gross square foot building, and 1,335 parking spaces on the partially sloping, 14 acres at the south side of the existing hospital campus.





The Estimated Construction Cost is $500,000,000.00. In accordance with FAR 36.609, the project will be subject to FAR clause 52.236-22 Design Within Funding Limitations.





2. SET-ASIDE INFORMATION:



This procurement is being procured as an Unrestricted, Full and Open to both large and small A-E firms under the primary North American Industry Classification System (NAICS) Code 541330, Engineering Services with a Small Business Size Standard of $22.5 million in average annual receipts for the preceding three (3) fiscal years. All offerors submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov), including subcontractors. Lack of SAM registration will make an offeror ineligible for award.





This procurement will follow the procedures established in the PL 92-582 (the Brooks Act), Federal Acquisition Regulation (FAR) 15 and FAR 36.6 and 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 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. The evaluation board will hold discussions with the top three to five (3-5) most highly qualified firms during the final selection process. After discussions have concluded, the most highly rated firm selected will receive the solicitation for a detailed scope of work, pricing and subsequent price negotiations.





All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and FAR 36.209 Construction Contracts with Architect-Engineer Firms.





All interested A-E firms are reminded that, under the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms.





If a large business is selected as the most highly qualified firm, the large business offeror will be required to submit a Small Business Subcontracting Plan following FAR 52.219-9 as a part of the Request for Proposal (RFP). The subcontracting plan is NOT required with the SF330 submittal. The subcontracting plan will be based on subcontracting dollars.





3. SUBMISSION REQUIREMENTS - INSTRUCTIONS TO OFFERORS





Qualified multi-discipline A-E firms desiring consideration shall submit their qualifications package in two (2) ways:



a. Electronically via email to Erik Lundstrom, Contract Specialist at Erik.Lundstrom@ihs.gov and Jenny Scroggins, Contracting Officer, at Jenny.Scroggins@ihs.gov AND



b. Five (5) hard copies, bound and tabbed as instructed below, mailed directly to:



Indian Health Service, Phoenix Area OEHE

40 N. Central Ave., Suite 720

Phoenix, AZ 85004-4424

Attn: K. Britton, J. Scroggins and E. Lundstrom



Both the electronic and hard copy submissions shall contain the following:



(1) SF-330, Part I and Part II - Architect-Engineer Qualifications and a signed copy of any and all SF30 (Amendments) issued for this RFQ; and



(2) the submission requirements contained in Section 4 (Paragraphs 1-7), Evaluation Criteria, of this advertisement below.





Large business firms shall convey their intent to meet the minimum small business goals on the SF330, Section C, by identifying subcontracting opportunities with small businesses. Minimum goals for this procurement are: Small Business (all types of small business combined): 33.25%; Small Disadvantaged Businesses, to include 8a firms, Alaska Native Corporations (ANC) and Indian Tribes: 5.00%; Woman Owned Small Business (WOSB): 5.00%; Veteran Owned Small Business (VOSB): 3.00% Service Disabled Veteran Owned Small Businesses (SDVOSB): 3.00%; HUBZone Small Business: 3.00%.





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. 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 2:00 pm (CST), 24 January 2023 via email and hardcopy to Erik Lundstrom, Contract Specialist at Erik.Lundstrom@ihs.gov and Jenny Scroggins, Contracting Officer, at Jenny.Scroggins@ihs.gov with solicitation number 75H70123R00008 noted. Mail submissions to the following address:





Indian Health Service, Phoenix Area OEHE

40 N. Central Ave., Suite 720

Phoenix, AZ 85004-4424

Attn: K. Britton, J. Scroggins and E. Lundstrom





Fax submissions are not acceptable. Non-responsive submissions will not be considered by the A-E selection board.



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



4. SUBMISSION REQUIREMENTS - EVALUATION CRITERIA:





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. The Government will 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 factors are all equal to each other.





Any experience or past performance provided for a firm other than the offeror (prime contractor), and/or any proposed subcontractors that are not listed under their name/SAM Unique Entity Identifier (UEI) number submitted under this solicitation will not be considered.





Factor 1. Professional Qualifications and Experience



a. The offeror shall describe its professional qualifications and those of its proposed subcontractors key personnel anticipated to provide architect and engineer (A-E) services under this contract, as related to health care facilities similar in size, scope and complexity to the instant requirement on relevant projects performed by the key personnel proposed under this factor, that are at least 75% complete within the last six (6) years from the date the RFQ closes.



b. The offeror shall identify the roles of its key personnel by providing resumes for its proposed key personnel that include credentials, education, registrations, relevant experience, and the role to perform on the resultant contract. Key personnel shall include licensed professional engineers/architects for the following disciplines: Architect, Landscape Architect, Civil Engineer, Structural Engineer, Mechanical Engineer, and Electrical Engineer. Key personnel shall include appropriate certification for their respective discipline: Interior Designer, Commercial Kitchen Designer, LEED AP BD+C, Medical Planner, Medical Equipment Planner, Fire Protection Engineer, Environmental Professional/Engineer, and Construction Cost Estimator. If an elevator is included in the design a certified Elevator Consultant with healthcare experience shall be included in the project design team. (NOTE: The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.)







Factor 2. Specialized Experience and Technical Competence



a. The offeror shall submit at least three (3) but no more than five (5) relevant and recent projects to demonstrate specialized experience under this factor. Projects submitted under this factor shall be at least 75% design completed or completed within the last 6 years from the date the RFQ closes. Offerors shall demonstrate specialized experience and technical competence in healthcare design and the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.



b. The offeror shall indicate which projects have experience and/or interaction with any tribal nations or tribal entities AND describe experience and/or interaction with any tribal nations or tribal entities. The offeror is encouraged to describe problems/issues/concerns encountered on projects and describe the corrective action taken to resolve them.



c. Demonstration of prime and subcontractors previously working as a team on projects submitted under this factor shall be evaluated more favorably.



d. For relevancy purposes, project designs completed as A-E services for design bid build (preparation of Construction Documents Package) will be evaluated more favorably than those as part of the design build team for construction projects or A-E services for design build RFP development (Design Criteria/Bridge Documents to be used as the basis for a subsequent design build RFP).



e. Also, awards/contracts outside the United States will not be considered.





Factor 3. Past Performance



a. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Evaluations will be pulled from the Contractor Performance Assessment Reporting System (CPARS) based on the UEI provided in Part II of the SF 330 for the prime and any subcontractors, but firms shall have previous clients submit Past Performance Questionnaires (PPQs) for design projects that are the same as the projects included in its qualifications package for Factor 2, Specialized Experience and Technical Competence. No more than five (5) PPQs on recent and relevant projects at least 75% completed within the last 6 years shall be provided. Ensure correct phone numbers and email addresses are provided for the client point of contact. For any project submitted under Factor 1 or 2 not in the CPARS, firms shall have clients complete a PPQ. The completed PPQs are to be submitted with the firm's SF330 package or the client may submit directly to Erik Lundstrom via email to erik.lundstrom@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. 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 CPARS using all UEI/CAGE 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. 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 submitting firm.



c. Past performance with the Indian Health Service (including knowledge of IHS design standards (IHS A-E Design Guide), technical manuals, and specifications) may be rated more favorably.







Factor 4. Location and Locality Knowledge





a. The proposed contract will be for the Whiteriver Hospital Design at the building site located in eastern Arizona in the community of Whiteriver on the Fort Apache Indian Reservation. The project is located near 200 W Hospital Dr, Whiteriver, AZ 85941. The offeror shall demonstrate that it can perform all required services as stated in the SOW for performing professional services supporting the design, construction and post construction phase for the project.



b. The offeror shall provide location of offices and staff in the general geographical area and knowledge of the locality of the project site. Knowledge of the locality is separate from geographic proximity and examples include knowledge of geological features, climatic conditions, or local construction methods that are unusual or unique. Multi-discipline prime A-E firms closer in proximity who can demonstrate relevant knowledge and experience of this location may be rated more favorably.







Factor 5. Management Plan, Subcontracting & Team Organization





a. Offerors shall submit the following under this factor:




  • A management plan and demonstrate the degree to which the management plan and team organization, including degree of principle participation, coordination, division of work, quality assurance, cost control, and prior experience of the project team as a unit, will meet the overall requirements of this contract. The effectiveness of the proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships) shall be clearly demonstrated.

  • The extent to which potential contractors identify and commit to the use of small businesses, and other types of small businesses to include Indian owned firms as subcontractors. For purposes of this evaluation criterion, Indian owned firms with relevant experience and past performance proposed as the prime or subcontractors will be evaluated favorably.

  • The offeror shall describe its experience working with its proposed subcontractors and key personnel. Specific examples, to include previous projects shall be clearly demonstrated. Demonstration of prime and subcontractors previously working as a team shall be evaluated more favorably.







Factor 6 – Post Award Construction Experience





a. The offeror shall describe their experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates.







Factor 7. Capacity to Accomplish the Work in the Required Time



a. The offeror shall describe its capacity to accomplish the work in the required time (540 days for design services), maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy shall be described in this factor.







Pre‐Qualification Inquiries (PQI): If you determine that the contractual requirements of this RFQ require clarification(s) in order to permit submittal of an acceptable or responsive qualification you may submit an inquiry for clarification. Pre‐Qualification Inquiries (PQI), shall be submitted via e‐mail to: Erik.Lundstrom@ihs.gov and Jenny.Scroggins@ihs.gov. Pre‐Qualification Inquiries will be accepted up to 7 calendar days prior to due date of the qualifications. Responses to PQIs will be provided via amendment to this RFQ. Oral questions or those submitted by facsimile will not be answered. Questions directed to any other IHS or DES employee other than Erik Lundstrom and Jenny Scroggins (identified above) will not be answered.





7. ADDITIONAL INFORMATION



Late responses are subject to FAR Provision 52.215-1.





Attachments to this solicitation:



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 (PPQ)



Attachment 3 – Draft RFP SOW





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




Attachments/Links
Contact Information
Contracting Office Address
  • 2201 6TH AVENUE MAIL STOP RX-24
  • SEATTLE , WA 98121
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >