Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOLICITATION NOTICE

Z -- Santa Rosa Clinic and Sells Transient Quarters Roof & Equipment Replacement, Santa and Sells, Arizona

Notice Date
8/25/2003
 
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
161-03-0039
 
Response Due
9/9/2003
 
Archive Date
9/24/2003
 
Point of Contact
Barry Prince, Contracting Officer, Phone 214-767-6613, Fax 214-767-5194,
 
E-Mail Address
bprince@esd.ihs.dhhs.gov
 
Description
13. DESCRIPTION OF WORK (Physical characteristics). This will be a Performance Based Fixed Price Contract for Indian Health Service. Work to be performed consists of furnishing all labor, transportation, materials, equipment, and supervision for the Roof and Equipment Replacement at Santa Rosa Clinic and Sells Transient Quarters. The proposed contract listed herein is Set-Aside under the Buy Indian Act for firms that are at a minimum 51 percent Indian owned, controlled and operated. In accordance with the Public Health Service Acquisition Regulation Paragraph 380.503(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 contracted 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 they meet the qualifications requirement of the Buy Indian Set-Aside restriction, they need to submit a ?Certification of 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.? Contractors shall ensure that bonding capability for a project of this magnitude is available. Joint Ventures will be considered as long as the Indian firm is the managing entity. A copy of the Joint Venture Agreement shall accompany the offer. Estimated dollar magnitude is $100,000 to $500,000. 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 shall fully address their capability and qualifications with regard to each of the following evaluation factors. The top ranked firm 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 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 WITH PROJECTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY: Prime?s past experience with healthcare, healthcare campus infrastructure, support space, and quarter?s construction and renovation and specifically roofing and HVAC replacement. (20 points); (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: Professional qualifications and licenses of prime, project managers, superintendents, estimator, quality control, and construction inspectors. Technical competence and skills as they relate to healthcare, support space, and quarter?s construction and renovation and specifically roofing and HVAC replacement. (17 points); (3) PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY: Presented proof of abilities, project management, quality control, federal contracting requirements, scheduling, initial bid compared to final project costs, timeliness, and the demonstrated responsiveness to the needs and requirements of the customer. (13 points); and (4) PAST PERFORMANCE WITH SAFETY AND QUALITY CONTROL: Description of specific safety and quality control initiatives for this and previous projects. (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 (40 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 will 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 a 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 on/about September 9, 2003, for a NON-REFUNDABLE PRICE OF $25.00 per set by writing Barry J. Prince at the address above. Company checks, personal 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 Barry J. Prince. You should allow several business days for processing your requests. All responsible sources may submit an offer, which will be considered by the agency. Offer due date is on/about October 9, 2003, at 2:00 pm.
 
Place of Performance
Address: Indian Health Service, Santa Rosa Clinic, Santa Rosa, Arizona &, Sells Transient Quarters, Sells, Arizona
 
Record
SN00411162-W 20030827/030825213238 (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.