Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2003 FBO #0698
SOLICITATION NOTICE

Z -- CONSTRUCTION MANAGEMENT SERVICES LAWTON INDIAN HOSPITAL

Notice Date
10/24/2003
 
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
161-04-0005
 
Response Due
11/26/2003
 
Archive Date
12/11/2003
 
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.gov
 
Description
CONSTRUCTION MANAGEMENT (CM) SERVICES Construction for Lawton Expansion & Renovation Project, Lawton Indian Hospital, Lawton, Oklahoma The Indian Health Service, Division of Engineering Services, Dallas, Texas is soliciting proposals/request for qualifications from qualified firms to act as the Construction Manager/General Prime Contractor (CM/GPC) for the expansion and renovation of the Lawton Indian Hospital, Lawton, Oklahoma. Reference Solicitation 161-04-0005. GENERAL SCOPE OF WORK: The Construction Management system will be used in which the CM performs professional management services, but generally does not perform with his own force without the approval of the Government, with the exception of General Condition?s items. The contract will be in two parts. Part A: As a team member, the CM/GPC will provide consultative and other services during the design phase of the project; review and make recommendations on plans and specifications as they have been and are being developed with emphasis on keeping the cost of the project within budgetary limitations; assist in the development of a total project cost estimate, broken down by specialties, leading to the development of an acceptable guaranteed maximum project price which included the prime contractor?s overhead, profit and general costs, making recommendations on value engineering type changes, assist in preparing the construction schedule and other associated tasks for construction of this expansion and renovation project. Part B: The selected CM/GPC must provide all management, supervision, labor, material, supplies, transportation, equipment and all other necessary items for complete and useable project, performing all work in a workman like manner in complete compliance with all plans, drawings, and specifications issued. Common trades which may be needed include, carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, trades identified in the Davis Bacon Wage Determination and other trades common to the construction industry. The CM/GPC must plan, schedule, coordinate and assure effective performance of construction to meet the project requirements; bid or negotiate and award all subcontracts; perform general condition items; provide quality assurance inspections; and assume the responsibility for completing the project within the guaranteed maximum price and in compliance with the developed design specifications, drawings and the provisions of the contract. The estimated construction cost of the project is between $1M and $5M. BID BONDS ARE NOT REQUIRED. Performance and payment bonds (both 100%) will be required prior to the issuance of the Notice to Proceed for Part B of this project. For estimating purposes, the Contractor?s insurance bonding provider should consider the Maximum Estimated Amount available at this time for this project to be $5M. Actual bonding requirements will be established when the final guaranteed maximum price is established. SET-ASIDE NOTICE: NAICS CODE IS 236220. SIZE STANDARD IS $27.5 Million. 1. This procurement will not be set-aside for small business and is being made under the Small Business Competitiveness Demonstration Program FAR 52.219-19, as full and open competition. 2. 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, 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 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. A copy of the joint venture agreement must be submitted with offer for review and approval. METHOD OF SELECTION: Competitive formal Source Selection process 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 listed below. Sources selections procedures will be used in accordance with Part 15 of the Federal Acquisition Regulation (FAR). The qualifications submitted by each firm will be reviewed and evaluated for 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. The top ranked firms may be recommended for interview solely on their written responses to this announcement. Award may be made without conducting interviews or holding discussions at the desecration of the Government. Prime contractors assembling a team are cautioned that the evaluation will be based on the team, not just the prime firm. Offerors are encouraged to demonstrate adequate experience, past performance, and technical ability to establish that their proposal will provide maximum benefit to the Government. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all Offerors; to award the contract to other than the lowest total price; and to award to the Offerors submitting the proposal determined by the government to be the most advantageous to the Government. The Technical Evaluation Factors in descending order of importance are: (1) EXPERIENCE AS A CONSTRUCTION MANAGER AND/OR GENERAL PRIME CONTRACTOR: Prime Contractor on projects of similar size and general scope of this project which primary work was for hospitals, health centers and support facilities over the past 5 years. Include specific experience with hospital facilities that remain operational during construction period, provide specific projects name and location including points of contact, references that can be verified. (2) PROJECT PLANNING EXPERIENCE: Management planning including critical path scheduling, fast track and phased construction experience on similar size projects. Give specific experience with development of guaranteed maximum price at the A/E design development stage; (3) EXPERIENCE OF PROFESSIONAL STAFF ASSIGNED TO THIS PROJECT: Professional experience, qualifications, educational and training for project manager, project engineer, superintendent, estimator, quality assurance and quality control supervisor, etc; (4) QUALITY CONTROL/QUALITY ASSURANCE EXPERIENCE DURING DESIGN AND CONSTRUCTION: for construct ability, code compliance, and cost savings systems for health centers and hospitals. Provide examples of various building systems such as direct digital controls, energy management controls, and building electrical & lightening protection grounding. Address specific experience with commissioning of building systems; (5) PAST PERFORMANCE ON GOVERNMENT PROJECTS: Past performance on contracts with Government entities including Native American organizations, tribal governments, federal agencies, i.e., Indian Health Service and Bureau of Indian Affairs. In accordance with FAR 15.305(a)(2)(ii), the Offerors is required to identify past or current contracts (including Federal, State, and local government and private enterprise) for efforts similar to the current Government requirements in this solicitation. The Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. The Offerors is reminded that the Contracting Officer shall determine the relevance of ?similar? past performance information. The Offerors shall limit this information to not more than 10 contracts but no less than 3 similar contracts, performed within the last 5 years. Failure of an Offeror to provide a minimum of 5 relevant references or the inability of the Government to reach at least 3 references, after making a reasonable effort to do so, may result in the Offeror not being rated on the past performance factor. An Offerors who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. Offerors who lack past performance will be given a neutral rating. Past Performance information must include the following information and be submitted in the following format and order: 1.: Contract Number; 2.: Contract Award Date; 3.: Contract Type (e.g., fixed price, cost reimbursable, etc.); 4. Contract Term (e.g., one year, base year and option years); 5. Contract Dollar Value; 6: Name of Procuring Organization; 7. Address of Procuring Organizations; 8. Procuring Organization Contracting Officer?s Name and Phone Number; 9. Procuring Organization Technical or Program Manager?s Name and Phone Number; 10. Indicate whether the contract was a prime contract or whether the contract was a subcontract to a prime contract. If a prime contract, insert ?Prime,? if a subcontract, insert ?Sub? 11. Provide information on problems encountered on the identified contract and the corrective actions taken. 12.In addition to the above data submitted, provide a brief summary of the work accomplished under each contract listed and how it relates to the work required by this solicitation. Qualification packages are to be sent to: Mr. William E. Obershaw, Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualification packages must be submitted not later than 2:00 p.m. (Dallas time), November 26, 2003. Electronic transmission of documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation shall be address in writing only and may be faxed to (214) 767-5194 or sent via email to William.Obershaw@esd.ihs.gov . Phone inquiries will not be accepted or returned. THIS IS THE COMPLETE REQUEST FOR QUALIFICATION PACKAGE.
 
Place of Performance
Address: Lawton, Oklahoma
 
Record
SN00459303-W 20031026/031024213203 (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.