Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

45 -- Repair to and upgrade the existing medical gas and air systems

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
HHSI161200500091C
 
Response Due
10/21/2005
 
Archive Date
11/4/2005
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, in support of the Albuquerque Area Indian Health Service Office has an existing need to select a professional qualified mechanical contracting firm to make, repairs to and upgrade the existing medical gas and air systems at the Santa Fe Indian Hospital in Santa Fe, NM. The existing systems including all equipment and accessories which were installed approximately twenty nine years ago during the construction of the hospital. Most, if is not all, of the equipment and accessories have exceeded their life expectancy and are in need of replacement and or repairs. Work that shall be included but not limited to ? Removal and replacement of the existing oxygen manifold system, including the high pressure reserve. Include all required valves and piping. Removal and replacement of the existing oxygen header bars, including all required valves and piping. Renovations/Repairs as required to the existing local alarm signals. Removal and replacement of the existing Medical Air Compressor package. Air dryer shall be of the desiccant type Installation of a new medical air intake in accord with codes. Removal and replacement of the existing Medical Vacuum package. Certification of systems at completion of all work. Labeling of all equipment, controls, piping & alarms as required by codes. Installation of two new Master Alarm Panels that have the capacity for monitoring 30 points but initially equipped with modules for 20 points. The new master alarm system shall be capable of being interfaced with a future Building Automated System (BAS) via open protocol (no proprietary systems will be accepted). Include the wiring for a future nitrous oxide alarm from the point of service to the new Master Alarm panels. Provide and supply temporary medical air and gas services as required to insure that the operations of the hospital are not interrupted: SPECIAL REQUIRMENTS: Prospective Offerors/contractors are required to be actively engaged in and currently properly licensed as MM-98, MM-1, MM-2, and/or MM-4 licensed contractors by the State of New Mexico. All actual repair work labor being performed to be performed shall be performed by tradesmen who are certified as JP, JG, JPF and or JPG journeymen and who carry the medical gas endorsement as required by New Mexico Administrative Code section 14.9.5. Period of performance will be 120 calendar days. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 238220 Plumbing, Heating and Air Conditioning Contractors. 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 competition for qualified firms. 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 award 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. The qualifications submitted by each firm will be reviewed and evaluated by a selection board to identify the most highly qualified firm. When responding to this announcement, firms should fully address their capability and qualifications on the ?Offerors Qualification Statatement Form? which is provided in the solicitation documents Contractors must address:. (1) Professional Qualifications of Firm, Management Plan, and Key Personnel; (2) 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. Contractors are also required to submit 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) 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. Award with be based on 50% Qualifications, past performance and 50% Price. Offerors are to submit pricing as outlined in Section B of the solicitation documents. Discussions may or may not be held; therefore, Offerors should present their best and final pricing at the time of submission. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 10:00 AM ON September 27, 2005 at the Santa Fe Indian Hospital, Santa Fe, New Mexico. . THIS IS THE ONLY AUTHORIZED SITE VISIT AND THE SITE WILL NOT BE AVAILABLE AT OTHER TIMES. Plans, specifications and solicitation documents will be available on or about September 16, 2005. Solicitation documents will only be furnished on CD-Rom or via E-Mail only. . Paper copies are not available. Firms requesting solicitation documents must do so via E-Mail to william. obershaw@des.ihs.gov. Question concerning this solicitation shall be sent via email only to william.obershaw@des.ihs.gov. Phone call concerning this solicitation will not be accepted and will not be returned. Proposals are due by 2:00 P.M. Central Time on OCTOBER 21, 2005... Original signed 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.
 
Place of Performance
Address: Santa Fe Indian Hospital, Santa Fe, NM
 
Record
SN00885819-W 20050904/050902211827 (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.