Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
MODIFICATION

Y -- WAREHOUSE STORAGE BUILDING

Notice Date
10/20/2005
 
Notice Type
Modification
 
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
HHSI16120060003
 
Response Due
11/22/2005
 
Archive Date
12/7/2005
 
Point of Contact
Bonnie Hicks, Contract Specialist, Phone 214-767-8587, Fax 214-767-5194, - William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
 
E-Mail Address
bonnie.hicks.@des.ihs.gov, william.obershaw@des.ihs.gov
 
Description
NOTE: THE BID OPENING DATE IS CHANGED FROM: NOVEMBER 8, 2005 TO NOVEMBER 22, 2005. 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 Construction Contracting Firm for the construction of a 36 X 60 Pre-Engineered Metal Warehouse building. The scope of work includes earthwork, foundations, reinforced concrete slab, pre-engineered metal building with insulation, doors and all necessary work to make a complete facility. 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. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 236220 Commercial and Institutional Building Constructions. The estimated project size is between $100,000.00 and $ 500,000.00. 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 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. ?OFFEROR MUST SUBMIT THE OFFEROR 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) Failure to submit this requirement will cause your proposal to be rejected as non-responsive. (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 Offeror 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; to award the contract to other than 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. . Award value is 50% Percent past performance and Price is: 50 % Percent. Offeror 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, specifications, and solicitation documents will be available on or about October 15, 2005. Solicitation/proposal documents will only be made available in Electronic Format. Paper copies not available. . Information and cost associated with obtaining Plan and Specification will be contained in the solicitation documents. To obtain solicitation document a written request must be submitted via E-Mail to Mr. William Obershaw, at William.obershaw@des.ihs.gov. Phone call inquiries, requests, or questions cannot be accepted and will not be returned. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 1:00 PM October 26, 2005 AT THE SAN CARLOS INDIAN HOSPITAL, SAN CARLOS ARIZONA. THIS IS THE ONLY AUTHORIZED SITE VISIT AND THE ONLY OPPORTUNITY TO VIEW THE CURRENT CONDITIONS OR THE SITE. Proposals are due by 2:00 P.M. Central Time on November 9, 2005. And 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: SAN CARLOS ARIZONA
 
Record
SN00918449-W 20051022/051020211832 (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.