Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

Z -- MULTI-TRADE CONSTRUCTION-STATE OF ARIZONA

Notice Date
3/29/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HHSI161200030C
 
Response Due
4/27/2007
 
Archive Date
5/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
MULTI-TRADE CONSTRUCTION, SOURCE SELECTION FOR INDIAN HEALTH SERVICE, Engineering Services Dallas, in support of the Phoenix Area Indian Health Service. (Solicitation HHSI161200700030C) : SOLICITATION INTENTION: The purpose of this competitive solicitation is to select multiple firms to perform multi-trade, General Contractor discipline construction work and minor design services for various Indian Health Service Facilities in the State of Arizona as needed. Anticipate award will be to a minimum of 3 firms however the Government reserves the right to award contracts up to 5 firms. This procurement will be a two step procurement: Phase One will be a competitive evaluation of the firms submitting past performance history and qualifications. Each of these firms will be evaluated and rated and ranked by a source selection board. Up to five firms may be selected and requested to participate in Phase II. Phase II will be for the seed project and will involve minor design and may include, site planning and drainage engineering, roads, walks, utilities and other infrastructure civil engineering, landscape design, architectural building design, structural engineering for buildings and other structures, mechanical engineering for building plumbing and HVAC systems, electrical engineering for building systems and site lighting, interior design, and any and all other architectural and engineering tasks as required for a complete project. The Indian Health Service will provide minimum specification and drawing packages to the selected contractors for use as minimum requirements. The contractor?s will be required to design a complete building package providing the most amenities possible within the budgeted funds available conforming to the drawings and specification. The estimated project size is in excess of $100,000.00 dollars for both design and construction. Some projects may be higher limits and some lower limits. Pricing will be established as designing within fee limitations and the final construction lump sum price will be negotiated or accepted as presented if in the best interest of the Government. Award will be made to the offeror whose proposal, conforming to the solicitation, is determined to offer the best value to the Government, price, technical factors, and past performance considered. The Government reserves the right to award to other than the lowest price offeror. Not all projects will require design efforts. Ordering of work: As the need develops, each of the selected firms will be issued minimum plans and specification and requested to submit a technical and price proposal. Award will be made to the offeror whose proposal, conforming to the solicitation, is determined to offer the best value to the Government, price, technical factors, and past performance considered. Proposals that are unrealistic in terms of price will be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of the proposed contract. Such proposals may be rejected as unacceptable without further discussion. In addition, the Government reserves the right to eliminate from consideration those proposals so deficient in information as to require a major re-write or revision in order to become acceptable. Bid Bonds will not be required to be submitted for Phase I past performance evaluation. Within10 days from notice of award, Payment and Performance bonds will be required for each deliver order placed once the final negotiated price is established, NAICS CODE IS 236220 Commercial and Institutional Building Construction. This procurement is being restricted to small business firms only. EVALUATION FACTORS: 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. Prime Contractors assembling a team are cautioned that that the evaluation will be based on the team, not just the prime firm. The Offerors shall limit information to not more than 10 contracts but no less than 3 similar contracts, performed within the last 3 years. Failure of an Offeror to provide a minimum of 5 relevant references or the inability of the Government to reach at least 3 references, after making a reasonable effort to do so, may result in the Offeror not being rated on the past performance factor. An Offerors who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. PHASE I OF SELECTION ?PAST PERFORMANCE The following factors must be fully addressed: (1) PAST PERFORMANCE EXPERIENCE: Past performance on contracts with Government entities including Native American organizations, tribal governments, federal agencies, i.e., Indian Health Service and Bureau of Indian Affair, including Federal, State, and local government and private enterprises. Offerors are required to identify past or current contracts for efforts similar to the current Government requirements in this solicitation. Elaborate on projects that have been completed in the last 3 years. Provide reference that may be contacted. (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS CONTRACT & MANAGEMENT PLAN: Professional qualifications of project managers, superintendents, estimator, quality control, and construction inspectors. Proposed project approach, construction method to accomplish contract requirements Including teaming planning between contractor/sub-contractors, the designer of record and Government representatives. Cost management; Critical path scheduling; Value engineering; Fast track experience must also be presented for consideration. (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 are complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. The Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. The Offerors is reminded that the Contracting Officer shall determine the relevance of similar past performance information. Offerors are advised that an award may be made without discussion, exchanges or any contact concerning the proposals received.. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. 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. PHASE II DOCUMENTS ARE NOT AVAILABE AT THIS TIME AND WILL BE ISSUED TO THE SELECTED FIRMS ONLY FOR A COST PROPOSAL. . PHASE I Proposals are due by 2:00 P.M. Central Time on APRIL 27, 2007. 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. Each offeror shall submit One original and four (4) copies of their proposals prepared in such format and detail as to enable the Contracting Officer to conduct a thorough evaluation thereof and to arrive at a sound determination as to whether or not the offeror can meet the Government's requirements. Electronic transmission of proposal documents (i.e. e-mail, facsimile) will NOT be accepted. Questions concerning this solicitation shall be address in writing and must be submitted via e-mail to Ms. Bonnie Hicks@ihs.gov . Phone call inquiries cannot be accepted and phone calls will not be returned. YOU ARE CAUTIONED TO FULLY ADDRESS THE ABOVE LISTED REQUIREMENTS OF THIS ANNOUNCEMENT TO BE CONSIDERED FOR AWARD. NO OTHER DOCUMENTS ARE AVAILABLE AT THIS TIME.
 
Place of Performance
Address: STATE OF ARIZONA
Zip Code: 76065
Country: UNITED STATES
 
Record
SN01261877-W 20070331/070329220511 (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  © 1994-2020, Loren Data Corp.