Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

38 -- MODULAR HEALTH STATION BUILDING

Notice Date
5/7/2008
 
Notice Type
Presolicitation
 
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, Texas, 75202
 
ZIP Code
75202
 
Solicitation Number
hhsi161200800059C
 
Point of Contact
william obershaw,, Phone: 2147673934, John H Peacock,, Phone: 214-767-6613
 
E-Mail Address
william.obershaw@ihs.gov, john.peacock@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, in support of the Phoenix Area Indian Health Services is seeking a highly qualified firm for the Abatement, and Demolition of the Old Indian Health Station and the complete construction of a new Modular Pre-Engineered Building for a new Indian Health Station. The project is located the Ft. McDermitt, Nevada. Solicitation No: HHSI161200800059C. The new health station shall be a modular pre-engineered, pre-fabricated/pre-manufactured building transported to Ft. McDermitt, NV. The building shall be installed on a permanent foundation with a crawl space below it. The primary structural system may be of steel or wood construction. All design concepts will be considered that meet the specification and design documents. All construction plans shall be stamped by a Professional Engineer. The existing clinic is to be abated and demolished by the Contractor. Prior to work commencing, the Contractor shall provide a temporary storage trailer, which will be left at the site upon completion of the project. The Clinic Director shall indicate the existing equipment that the Contractor is to move to a temporary clinic building and which equipment the Contractor is to move into the storage trailer. Asbestos abatement will proceed once all existing equipment is in a suitable temporary location. Asbestos abatement will precede general demolition, followed by earthwork necessary to install the foundation in the manner specified by these specifications. The foundation shall be a substantial, permanent foundation; designed and stamped by a Professional Engineer. Construction of the modular units shall be performed in accordance with the plans and specifications provided by the Professional Engineer that performed the design work. Tying together the modular units, rough-in work, and finishing work shall be performed in accordance with the requirements of the building manufacturer as well as the Professional Engineer that performed the design work. Where possible, existing utilities and utility connections are to be protected from demolition and used for the new clinic. The Contractor shall be responsible for location of the utility mains and utility service lines. After the floor finish is installed, the Contractor shall be responsible for the installation of the dental chairs, overhead dental exam lights, and dental x-ray equipment. Upon substantial completion and acceptance of the new clinic, the Contractor shall install the remaining equipment from the temporary locations to the clinic. The total contract performance period will be 270 calendar days. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 236220 Commercial Construction the estimated project size is between $300,000.00 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. 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) 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: QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE 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. 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. (3)MANAGEMENT PLAN: 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 and fast track experience must also be presented for consideration. Individuals submitted for evaluation may not be switched and must be used in their capacity on the project. Evaluation Factors Award value is 50% percent and Price value is: 50 % Percent. The Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. The Offerors shall limit this 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 Offeror, who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. The Offerors are reminded that the Contracting Officer shall determine the relevance of similar past performance information. 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. Offerors are cautioned not to qualify their proposal, to submit only pricing in complete compliance with what is asked for in the plans and specifications issued. Failure to do so will result in the proposal being rejected Discussions may or may not be held; therefore, offerors should present their best and final pricing at the time of submission of their offers. Solicitation documents will be available on or about May 12, 2008. A copy of the specifications, drawings, and bid documents may be purchased for a non-refundable fee from: Proforma Solutions, by calling (972) 709-0015. Plans and specifications and bid documents are not available from this office. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 10:00 AM ON June 4, 2008 at Ft Mc DERMITT, Nevada. THIS IS THE ONLY AUTHORIZED SITE VISIT. SUBMITTAL REQUIREMENTS: Offeror’s Qualification Statement may be supplemented. One original with original signature and four copies (total of 5) must be submitted. Submittal packages must be on 8” x 11 ˝” paper in neat orderly presentation folders with the name of the firm and project title on the cover page. Type size and font should be 12 point Times New Roman for ease of reading. Unnecessarily long proposals are discouraged and only pertinent information addressing each of the evaluation factors is required. Proposals are due by 2:00 P.M. Central Time on June 17, 2008. 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. Question concerning this solicitation shall be address in writing only and may be sent via email to william.obershaw@IHS.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4c23c3ee952bc683d629ef2ea6bd26bf&tab=core&_cview=1)
 
Place of Performance
Address: Ft. Mc Dermitt, Nevada, Nevada, United States
 
Record
SN01568335-W 20080509/080507215852-4c23c3ee952bc683d629ef2ea6bd26bf (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.