Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

Y -- CONSTRUCTION MANAGEMENT SERVICES

Notice Date
5/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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
HHSI161200800065C
 
Point of Contact
William Obershaw,, Phone: 214-767-3934, John 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, Engineering Services, Dallas, is seeking a highly qualified Construction Management Firm to assume management functions for the construction of a new fully functional 16,878 square meter health center at Kayenta, Arizona, Navajo Indian Reservations. The center will include a 10-bed short stay nursing unit and a three bed birthing center, recreation, social space, public and support space and treatment areas. Work shall include site work including roads, walks, utilities and other infrastructure, landscape work and complete construction of the facility involving typical construction trades. (HHSI161200800065C) Construction Management Firm shall be responsible for satisfactory construction of the project in complete compliance with all plans and specifications developed. The selected Construction Management Firm will be a member of the construction team consisting of the A/E Design Firm, the Kayenta Health Center steering committee and the Government. The contract will be in two parts. Part A: As a team member, the Construction Management Firm will provide consultative and other services during the design and construction documents phase of the project. Review and make recommendations on plans and specifications as they have been and are being developed with emphasis on keeping the cost of the project within budgetary limitations. Assist in the development of a total project cost estimate as necessary, that will be broken down by specialties, leading to the development of an acceptable guaranteed maximum project price. Making recommendations on value engineering type changes and assist in preparing the construction schedule and other associated tasks for construction of this project. Part B: The selected Construction Management Firm must: 1) provide all management services that include but are not limited to: supervision, labor, materials, supplies and equipment, transportation; and 2) must plan, schedule, coordinate and assure effective performance of construction to meet the project requirements. With general oversight by the Government, the Construction Management Firm will: bid or negotiate and award all subcontracts; perform general condition items; provide quality assurance inspections; and assume the responsibility for completing the project within the guaranteed maximum price in compliance with the developed design specifications, drawings and the provisions of the contract. Bid Bonds will not be required for Phase 1. PAYMENT AND PERFORMANCE BONDS will be required for phase II and will be based on the Gross Maximum Price established. NAICS CODE IS 236220 Commercial and Institutional Building Construction The estimated project size is between $50M and $75M. SET-ASIDE NOTICE: In accordance with Public Law 100-656, this procurement is a 51% Buy Indian Set Aside. The proposed contract listed herein is Set Aside under the Buy Indian Act for 51 percent Indian owned, controlled and operated firms. In accordance with the Indian Health Service Acquisition Regulation, Paragraph 370.503(E), not more than 50 percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act, shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies or equipment. Contractors shall indicate whether they are 51 percent Indian owned, controlled and operated firm. In order for Indian firms to prove they can meet the qualification requirements of the Buy-Indian Set Aside restriction, Offeror who are currently certified by the Indian Health Service or the Bureau of Indian Affairs as an Indian Firm, need to submit certification, Tribal Affiliation and Degree of Indian Blood with their offer. Offeror who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the Buy Indian Act. Joint Ventures will be considered as long as the Indian firm is the managing entity. A copy of the joint venture agreement must be submitted with offer. 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 AS A PROJECT MANAGEMENT FIRM 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 3 years. Provide references 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 proposed project managers, superintendents, estimator, quality control, and construction inspectors including professional registration, education, training, technical competence and skills as they relate specifically to large 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, cost estimates 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. (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. SUBMITTAL REQUIREMENTS: Offerors are required to submit one original signature packaged and four copies (total of 5) must be submitted. Submittal packages must be on 8” x 11 ½” 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 18, 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=b80a47f16a964e26c8bea3d2fb382d13&tab=core&_cview=1)
 
Place of Performance
Address: KAYENTA, ARIZONA, KAYENTA, Arizona, United States
 
Record
SN01574913-W 20080518/080516220021-b80a47f16a964e26c8bea3d2fb382d13 (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.