Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

Y -- Modular Building Construction-Health Facility

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
HHSI16120050040c
 
Response Due
8/2/2005
 
Archive Date
8/17/2005
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, in support of the Phoenix Area Indian Health Service Office has an existing need to select a professional qualified Modular Building Manufacturer for the design and construction of a 4884 square feet, modular outpatient clinic building at the San Carlos Indian Hospital, San Carlos, Gila County, Arizona. 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 total construction project 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. 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 be120 calendar days. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 236220 Commercial and Institutional Building Construction. The estimated project size is between $500,000.00 and $ 1,000.000.00. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, and will be unrestricted full and open. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: Any and all firms or persons wishing to respond to this solicitation must be registered in the ?Central Contractor Registration (CCR) database? which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contrac 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. ? OFFERORS MUST SUBMIT THE OFFERORS QUALIFICATION STATEMENT FORM CONTAINED IN THE SOLICITATION DOCUMENTS. (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: Professional qualifications of project managers, superintendents, estimator, quality control, and construction inspectors including professional registration, education, training, technical competence and skills as they relate specifically to medical projects. Individuals submitted for evaluation may not be switched and must be used in their capacity on the project. (3) MANAGEMENT PLAN: Proposed project approach, construction method to accomplish contract requirements including teaming planning between contractor/sub-contractors, the designer of record and Government representatives. Cost management; Critical path scheduling; Value engineering; Fast track experience must also be presented for consideration. (4) QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE: Description of specific safety and quality control initiatives and plans for this project. Provide information on your firms QA/QC procedures to ensure plans and specification is complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. The construction contractor must provide a copy of the Contractors EMR (Experience Modifier Rate) for the last 3 years. (The EMR is a reflection of there safety performance as compared to the average contractor in their specific specialty and is calculated over a three year period. An EMR of 1.00 is average. This rating is used to determine the worker's compensation insurance premium) (This will also be a requirement for all sub-contractors when identified) (5) PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY: 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 and Private Industry. 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. 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. Offerors are to submit pricing as outlined in Section B of the solicitation documents. 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 5, 2005. A copy of the solicitation plans and drawings may be purchased for a non-refundable fee of $ 50.00 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 for solicitation documents along with payment to Ms. Karen Carew, Contract Specialist, Indian Health Service, Division of Engineering Services, and 1301 Young Street, Suite 1071, Dallas, Texas 75202. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 1:00 PM ON JULY 19, 2005 AT THE SAN CARLOS INDIAN HOSPITAL, SAN CARLOS, GILA COUNTY, ARIZONA.. THIS IS THE ONLY AUTHORIZED SITE VISIT. Proposals are due by 2:00 P.M. Central Time on AUGUST 2, 2005. Proposals must be delivered to Mr.William Obershaw, Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Electronic transmission of proposal 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 caren.carew@IHS.gov Phone call inquiries cannot be accepted and will not be returned. YOU ARE CAUTIONED TO ADDRESS THE REQUIREMENTS OF THIS ANNOUNCEMENT.
 
Place of Performance
Address: San Carlos Indian Reservations,Arizona
 
Record
SN00836020-W 20050626/050624211813 (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.