Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

Z -- DEMOLITION PROJECT

Notice Date
4/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
HHSI16120100015C
 
Archive Date
6/5/2010
 
Point of Contact
John Peacock, Phone: 214-767-6613
 
E-Mail Address
john.peacock@ihs.gov
(john.peacock@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Demolition Project: Walker River Indian Reservation, Schurz, Nevada Description of Work: The Indian Health Service is seeking qualified firms to perform all work covered by these specifications which will be performed on the Walker River Indian Reservation, Schurz, Nevada. The work will include, but not be limited to, furnishing all plant, labor, tools, equipment and materials and performing all operations in connection with the demolition of two buildings, an elevated water tower, abandonment of two community domestic water wells and abandonment of a sewage lift station including associated site restoration in accordance with these specifications. This contract will involve work at three separate sites within the same general location. The Contractor's price shall be all-inclusive to provide for all efforts, labor, material, supplies, transportation, supervision and all other necessary items for a complete project, performing all work in a workman like manner in complete compliance with all plans, drawings, and specifications approved by the Government. Complete details and requirements can be found in the solicitation documents. Special Requirements: See project specification. Bid Guarantee-Bonding: As required by FAR Clause 52.228-1 Bid Guarantee, the offeror shall furnish to the Contracting Officer with the proposed price a bid guarantee. The amount of the bid guarantee shall be 20 percent of the bid/proposed price. Failure to provide a bid guarantee in the proper form and amount, by the time set for receipt of bids/proposals, may be cause for rejection of the bid/proposal. Additionally the selected offeror shall be required to provide payment and performance bonds as specified in FAR 52.228-15 Performance and Payment Bonds-Construction. The penal amount of payment bond and performance bond shall be 100 percent of the original contract price at the time of contract award. Upon acceptance of its bid/proposal by the Government within the period specified for acceptance, failure to execute all contractual documents or furnish executed bond(s) within 10 calendar days after receipt of the forms by the bidder/offeror, the Contracting Officer may terminate the contract for default. In the event the contract is terminated for default, the bidder/offeror is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference. North American Industry Classification System (NAICS) NAICS code for this project is:. Division C: Construction, Major Group 17: Construction Special Trade Contractors, 1795 Wrecking and Demolition Work. The size Standard is 17M. Project Size: The estimated project size is between $ 100,000.00 and $ 200,000.00. Set-Aside Notice: This procurement is a Small Business set aside as defined in FAR Part 19.301-1, Representation by the offeror. To be eligible for award as a small business, an offeror must represent in good faith that it is a small business at the time of its written representation. An offeror may represent that it is a small business concern in connection with a specific solicitation if it meets the definition of a small business concern applicable to the solicitation and has not been determined by the Small Business Administration (SBA) to be other than a small business. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: All firms or persons wishing to respond to this solicitation must be registered in the "Central Contractor Registration (CCR) database" which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective award shall be registered in the CCR database prior to award, during performance, and through final payment of any contract. EVALUATION FACTOR: Competitive formal 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 accordance with FAR 15.305(a)(2)(ii), the Offerors is required to identify past or current contracts (including Federal, State, and local government and private enterprise) for efforts similar to the current Government requirements in this solicitation. 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. Oral interviews may be held at the option of the Government. Prime Contractors assembling a team are cautioned that that the evaluation will be based on the team, not just the prime firm. 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. The Offerors shall limit this information to not more than five contracts but no less than three similar contracts, performed within the last three years. Failure of an Offerors 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 Offerors 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. SUBMISSION REQUIREMENTS AND EVALUATION CRITERIA The Offerors must demonstrate its experience and professional ability in the following areas: 60% ‐ Relevant Experience & Qualifications to include the following: 25% ‐ Narrative explanation of the work included in this proposal including, but not limited to: Proposed Schedule of work Demolition plan for the water tower Well abandonment plan Demolition plan for the well houses and lift station Submission of all equipment that will be used Any deviations to Scope of Work requirements 15% ‐ The contractor's experience, knowledge of construction practices and principles. 10% ‐ The superintendent's experience with comparable projects of this size and scope. The contractor shall submit 5 projects performed within the last 5 years which are similar in size and scope of this project and for which the proposed superintendant performed that role. 5% ‐ How the efforts required to complete the project will be assigned for performance within the contractor's company and among proposed subcontractors. The organizational structure of the contractors' team including all subcontractors for this project. 5% ‐ The contractor's current safety & health program. Price Proposal with have a weight factor of 40% for award. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all Offerors; to award to the Offerors submitting the proposal determined by the Government to be the most advantageous to the Government. SPECIAL NOTICE-PRE-PROPOSAL CONFERENCE: Interested parties will have an opportunity to discuss the project with the Government technical personnel, have the proposal requirements explained, and ask questions for clarification. Firms wishing to participate in the procurement should attend this conference as this is the only time the facility will be available for inspection. PRE-PROPOSAL CONFERENCES IS SCHEDULED AS FOLLOWS: 9:00AM on May 7, 2010 CONFERENCE WILL BE HELD AT: Walker River Indian Reservation, Schurz, Nevada REQUEST AND SUBMITTAL INFORMATION: Requests for solicitation documents must be made in writing and the request must be sent to: John.Peacock@ihs.gov. Qualification packages and proposal price packages are to be sent to Mr. William E. Obershaw, Chief Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualification packages must be submitted no later than 2:00 p.m. (Dallas time), May 21, 2010. Electronic transmission of documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation must be address in writing and may be faxed to (214) 767-5194. Telephone inquiries cannot be accepted and telephone calls will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI16120100015C/listing.html)
 
Place of Performance
Address: Walker River Indian Reservation, Nevada, United States
 
Record
SN02122014-W 20100416/100414235331-c19921203b92bae0496416a06fa913cd (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.