Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
MODIFICATION

Y -- MODULAR HOUSING UNITS-KEYENTA AZ

Notice Date
7/13/2005
 
Notice Type
Modification
 
NAICS
236115 — New Single-Family Housing Construction (except Operative Builders)
 
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
HHSI16120050043c
 
Response Due
8/26/2005
 
Archive Date
9/10/2005
 
Point of Contact
William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194, - William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
 
E-Mail Address
william.obershaw@des.ihs.gov, william.obershaw@des.ihs.gov
 
Description
AMENDMENT TWO The Indian Health Service, Division of Engineering Services-Dallas in support of the Navajo Area Indian Health Service Office, is seeking qualified modular manufacturing firms, to design, build, and assemble Modular Housing Units at Various Location through out the Navajo Indian Reservation. The first units will consist of up to (8) eight Modular single-family housing units at Kayenta, Arizona The selected contractor will then be required to supply Modular Housing Units as needed at various other locations on the on the Navajo Indian Reservation. Contractor will be responsible for all site work at locations. Site specific requirements will be included in the solicitation package. Modular hosing units will be placed on permanent foundations with all utility connections made to complete the units and make them fully operation. The contractor shall provide all labor, material, supplies, transportation, equipment, supervision and any and all other necessary items for a complete and useable project. All work shall be performed in a workman like manner, in complete compliance with all applicable industry standards, manufacturers specifications and warranty requirement to meet Government approval. Modular units will be built to conform to all state, local, regional building codes at their destinations. Life safety codes will take precedence with regard to egress, exit egress, and smoke detections. Manufactured or trailer homes are not part of this solicitation. This will be an indefinite delivery-indefinite quantity Modular Housing Contract. The period of performance will be one calendar year or until the maximum dollar amount is reached, which ever occurs first. Contract will have a base year and may have four (4) one-year options. The maximum contract amount is $2,000,000.00 per calendar year. BID BONDS ARE NOT REQUIRED. Performance and Payment Bonds will be required on each delivery order issued for housing units. Options may be exercised at the Government?s discretion and will be based on the contractor?s performance. Additional work and ordering of modular housing units will be based upon the contractor?s performance record and quality of product delivered. NAICS CODE is 236115 New Single Family Housing Construction, The estimated project size is between $500,000 and $1,000,000. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, as unrestricted full and open competition. 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 contract. 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) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: 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): 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) (3) 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. 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. Professional Qualifications of Firm, Quality Control/Quality Assurance/ Safety Experience during construction phase, and Past Performance, must be addressed by each firm. Award value is 50 % and Unit design, quality and Price is: 50 Percent. Offerors are to submit all requirements 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. Solicitation documents will be available on or about July 25, 2005. Submit your written request for solicitation documents to wanda.burton@IHS.gov or via mail to Ms. Wanda Burton, 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 August 10, 2005 AT THE KEYENTA HOUSING SITE, KEYENTA, AZ. THIS IS THE ONLY AUTHORIZED SITE VISIT. Proposals are due by 2:00 P.M. Central Time on AUGUST 26, 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 wanda.burton@IHS.gov. Phone call concerning the solicitation cannot be accepted and will not be returned.
 
Place of Performance
Address: Keyenta, Navajo Indian Reservation, Keyenta, Az.
 
Record
SN00846083-W 20050715/050713211851 (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.