Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2003 FBO #0454
SOLICITATION NOTICE

Z -- Remove existing asphalt paving and replace with new asphalt, etc., Winslow Indian Health Center, Winslow, AZ

Notice Date
2/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
 
ZIP Code
75202
 
Solicitation Number
161-03-0028
 
Archive Date
4/25/2003
 
Point of Contact
Wanda Burton, Contracting Officer, Phone 214-767-3999, Fax 214-767-5194, - Wanda Burton, Contracting Officer, Phone 214-767-3999, Fax 214-767-5194,
 
E-Mail Address
wburton@esd.ihs.dhhs.gov, wburton@esd.ihs.dhhs.gov
 
Description
PRESOLICITATION NOTICE: This will be a Performance Based Fixed Price Contract for the Indian Health Service, Winslow Health Center, Winslow, Arizona. Work to include removing of existing asphalt paving at streets and parking lots and replace with new asphalt paving. Add additional parking lots, access roadway and box culvert; install additional street lights; reroute underground utilities; Concrete Work: curb and gutters, sidewalks and ramps per specifications and plans. The selected contractor will be the Prime Contractor and must provide all management, supervision, labor, materials, supplies, equipment and transportation, and must plan, schedule, coordinate and assure effective performance of all construction to meet the project requirement; bid or negotiate and award all subcontracts; provide quality assurance inspections; and assume the responsibility for completing the project within the performance period and in compliance with developed design specifications, drawings and the provisions of the contract. The proposed contract listed herein is Set-Aside under the Buy Indian Act for 51 percent Indian owned, operated and controlled firms. In accordance with the Indian Health Service Acquisition Regulation, not more than 50 percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies or equipment. In order for Indian firms to prove that they meet the qualifications requirement of the Buy Indian Set-Aside restriction, i.e., Offerors who are currently certified by the Indian Health Service or the Bureau of Indian Affairs as an ?Indian Firm? need to submit this certification (Tribal Affiliation and Degree of Indian Blood) with their offer. Offerors who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the ?Buy Indian Act?. Joint Ventures will be considered as long as the Indian firm is the managing entity. Estimated contract period is 120 calendar days. Estimated magnitude is from $500,000 to $1,000,000. METHOD OF SELECTION: Technical Evaluation Factors/Past Performance: Past performance selection procedures will be used. For this reason, the Technical Evaluation Factors/Past Performance and the Cost Price shall be furnished separately. Technical evaluation factors/qualifications submitted by each firm will be reviewed and will be ranked numerically and evaluated for the most highly qualified firm using the factors and point values as shown. Firms should fully address their capability and qualifications with regard to each of the following evaluation factors. The top ranked firms will be evaluated and recommended solely on their written responses to the solicitation. Oral interviews may be held at the option of the Government. Prime contractors assembling a team are cautioned that the evaluation will be based on the team, not just the prime firm. The offeror must demonstrate its experience and professional ability in the following areas: 1) Experience as a Prime Contractor of similar size and general scope of this project, i.e., health centers, street and parking lots, hospital and other health facilities over the past 3 years (20 points); 2) The Prime Contractors/Project Management?s proposed staff (key personnel) for this project, including professional experience, qualifications, education and training, i.e., project manager, superintendent, estimator, quality control supervisor, etc. (10 points); 3) Past performance on contracts with Government agencies including Indian organizations, tribes, i.e., Indian Health Service and Bureau of Indian Affairs (10 points); and 4) Technical approach and past performance on renovation of occupied/operational health centers, hospitals facilities and other health care facilities over the past 3 years (10 points). Upon establishment of a list of firms whose technical proposals are technically acceptable their respective cost proposals will be opened and evaluated. For purposes of evaluation of offerors, the technical factors when combined are as important as the price. PRICE EVALUATION FACTORS (50 Points): Offerors are advised that an award may be made without discussion, exchanges or any contact concerning the proposals received; therefore, offerors should present their best and final price at the time of submission. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. Proposals will be evaluated on lump sum bid price for the base item and evaluation of price on any options that is most advantageous to the Government. Award of any options items may be made by modification to the contract and, if exercised, would be awarded when funds become available during the term of the contract. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. The final selection will be determined based on both the technical proposal and the cost proposal submitted. Specifications, plans and offering documents will be available O/A March 11, 2003, for a NON-REFUNDABLE PRICE OF $75.00 per set by writing John Hoffman at the address above. Company checks, personnel checks and credit cards are not acceptable and will be returned. Cashier checks and money orders must be made payable to Indian Health Service and should be sent to John Hoffman. You must allow 3 working days for processing of your requests. All responsible sources may submit an offer which shall be considered by the agency. Offer opening date is scheduled O/A April 10, 2003, at 2:00 pm.
 
Record
SN00266464-W 20030301/030227213324 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.