Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
SOLICITATION NOTICE

Y -- MODULAR BUILDING FOR A HEALTH CENTER IN ROCK POINT, AZ

Notice Date
3/10/2006
 
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
HHSI161200600035C
 
Response Due
4/30/2006
 
Archive Date
5/15/2006
 
Description
The Indian Health Service, Division of Engineering Services-Dallas in support of the Navajo Area Indian Health Service Office, has an existing need to select a professional qualified Modular Building Manufacturer for the design and construction of a 3,750 square foot, Modular Building to be used as a Public Health Building. The location will be in Rock Point, Arizona which is located on the Navajo Indian Reservation. The building may be of modular or panelized systems constructed and installed on a permanent foundation. The total construction project will include site work, foundation construction, building erection, connection to the water, sewer, electrical, telephone, and natural gas utility system. The contractor must meet the requirements of the Navajo Tribal Utility Authority for water, sewer, and electrical utility construction. Site specific requirements will be included in the solicitation package. Placement of new landscape, guard posts, vehicle bumper guards, new concrete curb, new concrete sidewalks and other associated items for a complete and useable facility. Single phase 110/220 V electricity is available at this site. Air-conditioning and heating will be 220 V single phase. Building Electrical and Mechanical systems shall be adequately sized and located for occupancies and function. Building exterior will match existing building exteriors. 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 unit 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 a trailer home are not part of this solicitation. This project will be negotiated as a complete design build contract. The infrastructure package will be released for construction starts as soon as practicable. Minimum Government requirements will be provided in the solicitation package however the contractor will be responsible for submittal of an approved design package. The period of performance will be 180 calendar days. Price range is between $250,000.00 and $750,000.00. BID BOND, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE is 236220 Commercial and Institutional Building Construction. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, as unrestricted full and open competition. METHOD OF SELECTION: 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 firms. The top ranked firms may be interviewed at the discretion of the Government. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation factors. Prime contractors assembling a team are cautioned that the evaluation will be based on the team, not just the prime firm. The Technical Evaluation Factors in descending order of importance are: (1) EXPERIENCE AS A MODULAR CONSTRUCTION CONTRACTOR - PAST PERFORMANCE ON 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 5 years. 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. Experience in working with local utility authorities, including authorities having jurisdiction including city, counties, and tribal government entities in and around the location of the subject project. Provide reference that may be contacted. ? (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: Professional qualifications of project managers, superintendents, estimator, schedulers, quality control, and construction inspectors including professional registration, education, training, technical competence and skills as they relate specifically to management and planning including critical path scheduling, fast track and phased construction experience on similar size projects. Give specific experience with development of guaranteed maximum price at the A/E design development stage. Individuals submitted for evaluation may not be switched or changed and must be used in their capacity on the project. (3) QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE: Describe specific safety and quality control initiatives and plans for this project. Provide information on your firms QA/QC procedures to ensure plans and specifications are 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 the 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 offer or submitting the proposal determined by the Government to be the most advantageous to the Government. Plans, specifications and solicitation documents will be available on or about March 20, 2006. Solicitation documents will be furnished in electronic PDF format only. Paper copies are not available. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR APRIL 4, 2006 AT 2:00 PM LOCATION: Chinle Comprehensive Health Care, Off Highway 191, Chinle, AZ. A site visit is scheduled for after the meeting at the proposed construction site in Rock Point, Arizona to afford contractors the opportunity to view the proposed construction site and all existing conditions and elements. THIS IS THE ONLY AUTHORIZED SITE VISIT AND THE SITE WILL NOT BE AVAILABLE AT OTHER TIMES. Firms requesting solicitation document must do so via E-Mail to John.Peacock@ihs.gov. Questions concerning this solicitation shall be sent via E-Mail only. Proposals are due by 2:00 pm, Central Time on April 30. 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 75202-5433. Electronic transmission of proposal documents (i.e., E-Mail, facsimile) will NOT be accepted. Telephone calls concerning this solicitation will not be accepted and will not be returned. (Solicitation No. HHSI161200600035C)
 
Record
SN01004073-W 20060312/060310212115 (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.