Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
MODIFICATION

Z -- HHSI161200700086C, Multi-Trade Construction Contract, Sanitation Facilites, Albuquerque Area Indian Health Service

Notice Date
8/14/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HHSI161200700086C
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Point of Contact
Misty Gates, Contract Specialist, Phone 214/767-5194, - John Peacock, Procurement Assistant, Phone 214-767-6613, Fax 214-767-5194,
 
E-Mail Address
misty.gates@ihs.gov, John.Peacock@ihs.gov
 
Description
MULTI-TRADE CONTRACT FOR INDIAN HEALTH SERVICE, Engineering Services Dallas, in support of the Albuquerque Area Indian Health Service Office, Sanitation Facilities office project locations will be within the states of New Mexico, Southern Utah, Southern Colorado and Southwest Texas. (Solicitation No. HHSI161200700086C) DESCRIPTION OF WORK: The intent of this competitive solicitation is to select multiple firms to perform Construction services that will include but not be limited to the following: 1. Water and wastewater utilities construction which could consist of the following: (1) Individual water services of water service lines, Pressure systems, Cisterns, and Individual wells. (2) Community water facilities of Water distribution main and appurtenances, Pumphouses, Control valves, Water Treatment Facilities and Equipment, and Community Water Storage Tanks (Elevated, Standpipes, and Reservoirs). (3) Individual Wastewater facilities of Septic Tanks with varied types of drainfields (Infiltrator, Elgen, etc), Sewer Service Lines, Onsite wastewater treatment and disposal systems, Septic Tank effluent pump systems, Individual Lift Stations, Septic tanks and Mounds, and Septic Tank Abandonment. (4) Community Wastewater facilities of Wastewater collection systems and appurtenances, Shallow and Drop Manholes, Force Mains, Lift Stations, Wastewater aeration/measurement, Wastewater Treatment systems including but not limited to evaporative and discharging lagoons, mechanical treatment, effluent irrigation systems (5) General utility construction work of Utility Crossings or Roads, Arroyos, Railways, etc, Earthwork including soils and gravel excavation and placement, Concrete Work (Structural and non-structural), Disinfection for water and wastewater, Directional Drilling, Boring and Casing, Access Roads, Fencing, Electrical Control Systems (SCADA, PLC, Radio Telemetry etc.), Utility Renovation activities including Sliplining, Pipe Bursting, Cured-in-place, Manhole Lining, Bentonite Clay and HDPE Lining, Utility Trenching, Testing including compaction, pressure, leak, water and wastewater chemistry, Seeding and Re-vegetation activities, Preparation of Required Regulatory. 2. Solid Waste Transfer Station construction and cleanup and closure of solid waste sites 3. Documents/Plans including SWPPPs, Traffic Control, Utility Permits along with; (1) Soils analysis and septic system design for individual homes (2) As-Built Drawings both Computer and Hand Drafted (3) Operator Training on constructed facilities (4) Small Building Construction ? Wood frame, masonry, roofing. All sanitation facility construction services listed above will be performed for Individual Homes and Communities on Indian Reservations served by the Albuquerque Area Indian Health Service within New Mexico, Western Texas, Southern Colorado, and Southeast Utah. Phase I will be a competitive evaluation of the firms 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 construction of sanitation facilities as described as required for a complete project. The Indian Health Service will provide minimum specification and drawing packages to the selected contractors which shall be used 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 projects may be lower limits. Not all projects will require design efforts. Pricing will be established as designing within fee limitations and the final construction lump sum price will be negotiated. Award of the seed project will be made to one firm whose proposal, conforming to the requirements 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. As the need develops, each of the five firms will be issued minimum plans and specifications and requested to submit a technical and price proposal. Again, 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. There is no guarantee as to the amount of work a contractor will receive during the term of the contract. Each project will be a competitive negotiated procurement therefore contractors must submit their most favorable prices. In most cases, project funding is immediately available to start construction therefore all discounts should be sought. 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 with Phase I proposals. 100 Percent Payment and Performance bonds will be required once the final negotiated price of each delivery order is established. Contractors must provide bonding within 10 calendar days from notice of award. NAICS CODE IS 236220 Commercial and Institutional Building Construction. This procurement is set aside for Indian owned small business firms. Therefore, offers will be accepted from all responsive and responsible Indian owned small business concerns. The small business size standard applicable to this procurement is $31,000,000.00. 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 in Phase I listed below. 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 the evaluation will be based on the team, not just the prime firm. The Offerors shall limit this information to not more than 10 contracts but no less than three similar contracts, performed within the last three years. Failure of an Offeror to provide a minimum of five relevant references or the inability of the Government to reach at least three references, after making a reasonable effort to do so, may result in the Offeror not being rated on the past performance factor. An Offeror 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 50% The formal qualifications of each firm must be submitted. Additional pages as necessary may be added to this form as needed. 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 Affairs, including Federal, State, and local governments 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 three years. Provide reference that may be contacted. (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT & MANAGEMENT PLAN: Professional qualifications of project managers, superintendents, estimator, quality control, and construction inspectors. The 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 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 Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. The Offeror is reminded that the Contracting Officer shall determine the relevance of similar past performance information. PHASE II OF SELECTION PRICE EVALUATION FACTORS: (50%) Contractor?s will be required to submit a detailed cost break down of their proposals for this project which will be broken down into line item prices for each division as specified in the Master Format, a publication of CSI and CSC which is the Uniform Classification System for organizing preliminary construction information into a standard order or sequence on the basis of functional elements. Functional elements, often referred to as systems or assemblies, are major components common to most buildings that usually perform a given function regardless of the design specification, construction method, or materials used. Offerors are advised that an award may be made without discussion, exchanges or any contact concerning the proposals received; therefore, offeror should present their best and final price at the time of submission. 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 offerors; 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. Solicitation documents, plans and specifications are not currently available for the Phase II selection. Proposals are due by 2:00 P.M. Central Time on August 28, 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. Offerors are to submit five copies, one original with original signatures and so marked and four copies. Electronic transmission of proposal documents (i.e. e-mail, facsimile) will NOT be accepted. Only hard documents. Questions concerning this solicitation shall be addressed in writing and must be submitted via e-mail to misty.gates@ihs.gov. Phone call inquiries cannot be accepted and phone calls will not be returned. YOU ARE CAUTIONED TO FULLY ADDRESS THE REQUIREMENTS OF THIS ANNOUNCEMENT TO BE CONSIDERED FOR AWARD.
 
Place of Performance
Address: Various Locations throughout New Mexico, Southern Utah, Southern Colorado, and Southwest Texas.
Zip Code: 87110
Country: UNITED STATES
 
Record
SN01371712-W 20070816/070814220456 (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.