Procurement #13623



Title
Request for Qualifications - Architectural & Engineering Services for Tahlequah Health Center - OWNERS REVISION
Status
Archive
OpenDate
08/19/2015
CloseDate
09/09/2015
Description
Cherokee Nation Property Management, (CNPM), a business entity of the Cherokee Nation, a Federally Recognized Indian Tribe, is seeking proposals from qualified architectural and engineering firms to provide professional services relating to the planning, development, design and construction of a new
Detail
**OWNER'S REVISION #1 DTD 9/3/15 IS TO REVISE INSURANCE REQUIREMENTS AS NOTED IN THE REQUEST FOR QUALIFICATION DOCUMENTS. PLEASE SEE NEW SAMPLE INSURANCE CERTIFICATE AND INSURANCE REQUIREMENTS DOCUMENT ATTACHED UNDER DOCUMENTS TAB** Cherokee Nation Property Management, (CNPM), a business entity of the Cherokee Nation, a Federally Recognized Indian Tribe, is seeking proposals from qualified architectural and engineering firms to provide professional services relating to the planning, development, design and construction of a new medical outpatient health facility. Cherokee Nation has been awarded an IHS joint venture for staffing and operation of a new medical outpatient facility. The building will include new clinical and administrative space that meets the DHHS/IHS/DES A/E Design Guide 2013 (Attachment 2) requirements for Cherokee Nation Health Services (CNHS). The building will be designed to a minimum of LEED Silver certification or comparable. The project will also require a connected multilevel parking structure. The estimated size of the facility is not to exceed approximately 470,000 gross square feet as reflected in the List of Potential Programs/Departments (Attachment 1). The project is funded by the Cherokee Nation and Cherokee Nation Businesses. The estimated construction budget for the project is $150,000,000 to $175,000,000. The clinic site is located east of the existing W.W. Hastings Hospital at 100 Bliss Ave, Tahlequah OK 74464 and is owned by Cherokee Nation but will be leased to CNPM. The site may be viewed by proposing firms. Please notify CNPM Contracting Official, Sr. PM or Director of Construction to schedule a site visit. Due to size and estimated budget, of the proposed facility, only qualified design teams will be considered for award of A/E design contract. Information and Solicitation Instructions General • The purpose and intent of this solicitation is to request qualifications for design and engineering services for the new Tahlequah, OK Health Center. • Once a determination of necessary qualifications has taken place, a “shortlist of qualified firms” will be made. • Qualifying firms selected for the “shortlist” will be required to provide a RFP with fixed fee based on,but not limited to, the scope of work, design requirements contained herein, along with detailed space requirements to be supplied later. • The DHHS/IHS/DES A/E Design Guide 2013(Attachment 2) is to be used, in conjunction with the project Scope of Services herein and List of Potential Programs/Departments (Attachment 1) as the baseline design requirements of the Tahlequah Health Center. • Any attachments to the A/E RFQ submission may be considered as part of future contract. • Estimated construction schedule is 36 months. • The Owner would consider a fast track design. Conceptual estimated design schedule is 12 months with early bid packages for civil and parking garage at 10 months. • A/E shall provide a cost estimate for FF&E planning services to be considered. The cost estimate should be an individual cost not to be included in the estimated percentage fee for A/E services. • There is no expressed or implied obligation for Owner to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. • Owner reserves the right to retain all submitted proposals and materials. • During the evaluation process, Owner reserves the right, where it may serve Owner’s best interest, to request additional information or clarification from firms submitting proposals, or to allow corrections of errors or omissions. Owner may make such investigations as (s)he deems necessary to determine the ability of the prospective firm to perform the work, and the prospective firm shall furnish to Owner all such information and data for this purpose as the Owner may request. At the discretion of Owner, firms submitting proposals may be requested to make oral presentations as part of the evaluation process. • Owner reserves the right to cancel this solicitation at any time and to reject any and all proposals, to waive any and all proposal and qualification requirements and to negotiate contract terms with the selected firm, and the right to disregard all nonconforming, non-responsive or conditional proposals. • Questions related to this solicitation should be directed via email as follows: Contracting Official & Primary Contact: Tina Jones, 777 W. Cherokee St. Catoosa, OK 74015 O :(918)384-7802, C :(918)729-9183 tina.jones@cnent.com NO VERBAL QUESTIONS WILL BE ADDRESSED Indian Preference: In the awarding and the performance of the contract, Owner and prospective firm and its sub-contractors shall, to the greatest extent feasible, give preference to Indian–owned businesses, as evidenced by Indian owned certification by the Cherokee Nation Tribal Enforcement Rights Offices (“TERO”). RFQ Proposal A. General: 1. Develop and attach an organizational chart and a brief resume of proposed qualified design team members with minimum five years of medical facility construction design experience and applicable certifications. Proposed organizational chart of qualified design team members should include prime and each consultant/entity expected to work on the project under contract of the selected A/E firm. 2. The “shortlist” for the RFQ is to be determined by evaluation of qualifications and estimated fee percentage based off the scope of work and design requirements related to IHS Joint-Venture agreement. 3. It is mandatory that the proposing A/E team has experience designing in accordance with the DHHS/IHS/DES A/E Design Guide 2013 (Attachment 2) or previous versions (within the past 10 years). 4. Proposing A/E firms shall submit a résumé of successful projects in the following categories: a. All IHS JV Health facility design projects completed in the past 10 years. b. All Hospital and/or Clinic projects in excess of 200,000 square feet designed in the previous 10 years. c. All Hospital and/or Clinic projects designed which exceed $100MM construction valuation in the previous 10 years. d. A statement defining your firm’s role in each of the aforementioned categories (i.e. prime architect, joint venture, or supporting architect) e. For each project identified in a and b above, provide the original Owner budget and final cost (include construction and design costs as one value). f. For each project identified in a and b above, provide the original design schedule and actual design schedule after completion. 5. Proposing A/E firms must submit two original copies and one electronic copy of its Tahlequah Health Center RFQ proposal. B. Proposal Preparation 1. Prepare an estimated percentage fee to submit with your RFQ proposal. Percentage fee shall be based on a project size not to exceed approximately 470,000 gross square feet and estimated construction budget amounts of $150,000,000 to $175,000,000. 2. Furnish a supporting narrative statement explaining in detail the method of estimating the proposed fee percentage based off the scope of work and DHHS/IHS/DES A/E Design Guide 2013 (Attachment 2) and other factors deemed necessary to adequately evaluate the RFQ response. 3. There will not be a formal in-person presentation for the RFQ proposal evaluation. A presentation will be required for firms selected for the “shortlist” during RFP evaluations. 4. Furnish a narrative describing where the design headquarters will be located for duration of the project and any potential concerns of location related to project site that will affect cost estimate. 5. For the purpose of this RFQ, all items deemed necessary by the proposing A/E design team will be assumed to be included in the estimated percentage fee. 6. In the case of multi-branch firms, joint ventures or affiliates, it is expected that all costs will be included in the proposed estimate percentage fee. 7. Additional information may be requested for any proposed fee deemed to be excessive or may not be considered for the “shortlist”.
Name:Tina Jones
Email:tina.jones@cnent.com
Phone:918-384-7802
Cherokee Nation Entertainment
Awards
James R. Childers Architect, Inc.
Comments
Currently Unavailable -- 8/25/15: 1. Is there an estimated size for the parking garage (i.e. number of parking space OR budget for this portion of the project). 1,400 2. Is there an estimated budget for landscape and hardscape? $500K 3. Will the design team be required to provide a Physicist to test shielding effectivness for the Imaging area? No Physicist required at this time.