Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

Z -- Design and Construction of Dental Clinic-Walker River Paiute Indian Reservation, Schurz, Nevada

Notice Date
6/26/2003
 
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
RFP16103-0036
 
Response Due
8/8/2003
 
Archive Date
8/23/2003
 
Point of Contact
William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
 
E-Mail Address
wobershaw@esd.ihs.dhhs.gov
 
Description
DESIGN AND CONSTRUCTION of DENTAL CLINIC -WALKER RIVER PAIUTE INDIAN RESERVATION, SCHURZ, NEVADA The purpose of this competitive solicitation is to select a firm to provide design and construction of a new 2,184 sq. ft. dental clinic building, parking lot, and connection of the new facility to the existing structure. The dental clinic may be stick built on-site or can be modular pre-engineered, prefabricated/pre-manufactured and transported to Schurz, NV. The building may be of modular or panelized systems constructed and installed on a permanent foundation with a crawl space below it. The primary structural system my be of steel or wood construction. The dental clinic construction will include site work, foundation construction, building erection, connection to the water sewer, electrical, telephone, and propane utility system, placement of new aggregate base and asphalt concrete pavement, new concrete curb, new concrete sidewalks, installation of handicap access ramp, and parking lot striping as shown on the construction plan sheet. The Contractor shall provide all labor, material, supplies, transportation, equipment supervision and all other necessary items for a complete and useable project, performing all work in a workman like manner in complete compliance with all plans, drawings, and specifications issued and approved. Common trades which may be needed include, carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, painters, trades identified in the Davis Bacon Wage Determination and other trades common to the construction industry. Period of performance will be 263 calendar days. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 236220. SIZE STANDARD IS $27.5 Million. The estimated project size is between $ 100,000.00 and $500,000.00. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, and unrestricted competition. Additionally, in accordance with Public Law 100-656, this procurement is a 51% Buy Indian Set Aside. The proposed contract listed herein is Set Aside under the Buy Indian Act for 51 percent Indian owned, controlled and operated firms. In accordance with the Indian Health Service Acquisition Regulation, Paragraph 370.503(E), 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. Contractors shall indicate whether they are 51 percent Indian owned, controlled and operated firm. In order for Indian firms to prove they can meet the qualification requirements of the Buy-Indian Set Aside restriction, Offeror?s who are currently certified by the Indian Health Service or the Bureau of Indian Affairs as an Indian Firm, need to submit certification, Tribal Affiliation and Degree of Indian Blood with their offer. Offeror?s 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. A copy of the joint venture agreement must be submitted with offer. Competitive formal Best Value Source Selection process in accordance with Part 15 of the Federal Acquisition Regulation (FAR) will be used to ensure selection of the source evidencing the best overall capability to perform the work in a manner most advantageous to the Government, as determined by evaluation of proposals in accordance with the established criteria. The qualifications submitted by each firm will be reviewed and evaluated to identify the most highly qualified firm. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation factors. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. (1) Past Performance: Construction experience on similar projects of similar size and scope. Elaborate on projects that have been completed in the last 3 years. Provide reference that may be contacted. (2) Professional Qualifications of Firm Key Personnel: Experience of Design/Builder professional staff that will be assigned to this project. i.e.; Project Manager, Superintendent, Estimator, Registered Architect of Record, Architect?s Construction Administrative Representatives etc. (3) Management Plan: project approach; design, construction administration by Designer of Record. Include Teaming plan between constructor and designer, Cost management; Critical path scheduling; Value engineering; Fast track experience. Offeror?s are encouraged to demonstrate adequate experience, past performance, and technical ability to establish that their proposal will provide maximum benefit to the Government and meet the requirements of the specifications. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offeror?s; to award the contract to other than the lowest total price; and to award to the offeror?s submitting the proposal determined by the Government to be the most advantageous to the Government. Past Performance, Professional Qualifications of Firm, Management Plan, and Key Personnel are to be addressed by each firm and are 60% of the Award value. Price is 40% of Award Factor. Therefore the lowest offeror?s may not receive the award. Discussions may or may not be held; therefore, offeror?s should present their best and final pricing at the time of submission. Plans and specifications and solicitation documents will be available on or about July 9, 2003. A copy of the solicitation plans and drawings may be purchased for a non-refundable fee of $75.00 per set. A cashier check, bank or postal money orders must be made payable to the Indian Health Service and must accompany your request. CASH, COMPANY CHECKS OR PERSONNEL CHECKS WILL NOT BE ACCEPTED AND WILL BE RETURNED. Submit your written request along with payment to Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 1:00 PM ON JULY 24, 2003 AT THE DENTAL CLINIC -WALKER RIVER PAIUTE INDIAN RESERVATIONS, SCHURZ, NEVADA. THIS IS THE ONLY AUTHORIZED SITE VISIT. Proposals are due by 2:00 P.M. Central Time on AUGUST 8, 2003. Proposals must be delivered to Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Question concerning this announcement may be submitted in writing to: Chief of Contracting Office at FAX (214) 767-5194.
 
Place of Performance
Address: Walker River Paiute Indian Reservation, Schurz, Nevada
 
Record
SN00357622-W 20030628/030626222609 (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  © 1994-2020, Loren Data Corp.