Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

Y -- MODULAR DENTAL CLINC

Notice Date
2/2/2006
 
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
HHSI161200600031C
 
Response Due
3/8/2006
 
Archive Date
3/23/2006
 
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 2184 square feet, Modular Dental Clinic Building at Baylas, Graham 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 natural gas utility system, placement of new landscape, guard posts, vehicle bumper guards, new concrete curb, new concrete retaining wall, aggregate new concrete sidewalks and new handicap accessible ramp. The Contractor shall provide 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. Period of performance is 120 calendar days. 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 competition. 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 ?Offer or?s Qualification Statement Form? which is provided in the solicitation documents. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. Offerors shall address the following evaluations factors are full addressed: (1) PAST PERFORMANCE CONTRACTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY WITH GOVERNMENT AND PRIVATE INDUSTRY. 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. ? 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. (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) 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) 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. 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, February 28, 2006 AT THE BAYLAS HEALTH CLINIC, BAYLAS, Graham County Arizona. 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 February 3, 2006 Solicitation documents will be furnished in electronic PDF format only. Paper copies are not available. Firms requesting solicitation documents must do so via E-Mail to John.Peacock@des.ihs.gov Question concerning this solicitation shall be sent via email only. Proposals are due by 2:00 P.M. Central Time on MARCH 8, 2006.. Original signed proposals must be delivered to Mr. William Obershaw, Chief of Contracting Office, 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. Phone call concerning this solicitation will not be accepted and will not be returned.
 
Place of Performance
Address: San Carlos Indian Reservation Baylas, Graham County Arizona
 
Record
SN00978816-W 20060204/060202211809 (fbodaily.com)
 
Source
FedBizOpps 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.