Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2003 FBO #0701
SOLICITATION NOTICE

Y -- DESIGN BUILD HOUSING UNITS-PINON AND RED MESA ARIZONA

Notice Date
10/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
 
ZIP Code
75202
 
Solicitation Number
161040006
 
Response Due
12/2/2003
 
Archive Date
12/17/2003
 
Point of Contact
William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
 
E-Mail Address
wobershaw@esd.ihs.gov
 
Description
DESIGN-BUILD STAFF HOUSING UNITS/QUARTERS FOR PINON HEALTH CARE CENTER AND RED MESA HEALTH CARE CENTER, LOCATED IN THE STATE OF ARIZONA The Indian Health Service, Division of Engineering Services, Dallas, Texas is soliciting proposals/request for qualifications from qualified firms for the design and construction of approximately 62 Government Staff Quarters to support the Pinon Health Care Center (under construction) and approximately 93 Government Staff Quarters to support the Red Mesa Health Care Center (estimated construction start date is December 2003) which are located on the Navajo Indian Reservation in the State of Arizona.. Reference Solicitation 161-04-0006. GENERAL SCOPE OF WORK: Project scope will include housing units ranging from single-family housing units to four-plexs units with from one to four bedrooms. Utilities, road infrastructure, recreational items such as playgrounds and sport courts are also included. The contractor must meet the requirements of the Navajo Tribal Utility Authority for water, sewer, and electrical utility construction. This project will be negotiated as a complete design build contract with multi-year funding. Funds are available to begin the projects immediately upon contract award. The infrastructure packages will be released for construction starts as soon as practicable. The Pinon Health Care Center will be operational in January 2005. Construction of these quarters to support this facility will be fast-tracked so that a portion of the quarters will be ready for beneficial occupancy to accommodate the health care works by that time. The Red Mesa Health Care Center will be operational in January 2006 and all quarters construction must be completed by that time. SET-ASIDE NOTICE: NAICS CODE IS 236115; Estimated project range is $25M to $40M. . 1. This procurement will not be set-aside for small business and is being made under the Small Business Competitiveness Demonstration Program FAR 52.219-19, for all interested parties as un-restricted full and open competition . BID BONDS ARE NOT REQUIRED. Performance and payment bonds (both 100%) will be required prior to the issuance of the Notice to Proceed for this project. For estimating purposes, the Contractor?s insurance bonding provider should consider the Maximum Estimated Amount available at this time for this project to be $40M. Actual bonding requirements will be established when the final guaranteed maximum price is established. METHOD OF SELECTION: Competitive formal Source Selection process will be used to ensure selection of the source (firm) 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 listed below. Sources selections procedures will be used in accordance with Part 15 of the Federal Acquisition Regulation (FAR). The qualifications submitted by each firm will be reviewed and evaluated for 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. The top ranked firms may be recommended for interview solely on their written responses to this announcement. Award may be made without conducting interviews or holding discussions at the desecration of the Government. Prime contractors assembling a team are cautioned that the evaluation will be based on the team, not just the prime firm. Offerors are encouraged to demonstrate adequate experience, past performance, and technical ability to establish that their proposal will provide maximum benefit to the Government. 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. A two phase procurement process will be used. Phase one will be to determine which offerors will be requested to submit proposals for Phase Two. Selected offerors for involvement in Phase Two stage will be established, based on technical approach, performance capability, and past performance. Detailed project design requirements and minimum specifications will be provided at the start of Phase Two stage of the Request for Proposal. A limited number of firms (Best Qualified) will be invited to participate in Phase Two. There will be no pre-proposal conference on the Phase One portion of the project. A pre-proposal conference will be held on the Phase Two portion of the project and will include site visits. A time and location will be determined at a later date. The Technical Evaluation Factors which are equal in value: (1) Design Builder Experience: Experience of designer and builder on design/build projects. (2) Experience of Design/Builder?s professional staff that will be assigned to this project. i.e.; Project Manager, Superintendent, Estimator, Registered Architect of Record, Architect?s Construction Administrative Representatives etc. (3) Management Plan: project approach; design, construction administration by Designer of Record. Include Teaming plan between constructor and designer. (4) Cost management; Critical path scheduling; Value engineering; Fast track experience. (5) Past Performance on quarter?s projects of similar size and scope. Elaborate on projects that have been completed in the last 3 years. 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 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 10 contracts but no less than 5 similar contracts, performed within the last 3 years. Failure of an Offerors 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 Offerors not being rated on the past performance factor. An Offerors who has no relevant experience will be given the mid-point neutral rating of the maximum possible score allowed for past performance. Past Performance information must include the following information and be submitted in the following format and order: 1. Contract Number, 2. Contract Award Date; 3. Contract Type (e.g., fixed price, cost reimbursable, etc.); 4. Contract Term (e.g., one year, base year and option years); 5. Contract Dollar Value; 6: Name of Procuring Organization; 7. Address of Procuring Organizations; 8. Procuring Organization Contracting Officer?s Name and Phone Number; 9. Procuring Organization Technical or Program Manager?s Name and Phone Number; 10. Indicate whether the contract was a prime contract or whether the contract was a subcontract to a prime contract. If a prime contract, insert ?Prime,? if a subcontract, insert ?Sub? 11. Provide information on problems encountered on the identified contract and the corrective actions taken. 12 .In addition to the above data submitted, provide a brief summary of the work accomplished under each contract listed and how it relates to the work required by this solicitation. Qualification packages are to be sent to: Mr. William E. Obershaw, Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualification packages must be submitted not later than 2:00 p.m. (Dallas time), December 2, 2003. Electronic transmission of documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation shall be address in writing only and may be faxed to (214) 767-5194 or sent via email to William.Obershaw@esd.ihs.gov . Phone inquiries will not be accepted or returned. THIS IS THE COMPETE REQUEST FOR QUALIFICATION PACKAGE.
 
Place of Performance
Address: Pinon Arizona and Red Mesa Arizona
 
Record
SN00460124-W 20031029/031027213053 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.