SOLICITATION NOTICE
Y -- Design and Construction of a seven-chair Dental Clinic at the Phoenix Indian Medical Center, Phoenix, Arizona
- Notice Date
- 5/31/2006
- Notice Type
- Solicitation Notice
- 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
- ZIP Code
- 75202
- Solicitation Number
- HHSI161200600056C
- Response Due
- 7/6/2006
- Archive Date
- 7/21/2006
- Description
- DESIGN AND CONSTRUCTION OF A SEVEN-CHAIR DENTAL CLINIC AT THE PHOENIX INDIAN MEDICAL CENTER, PHOENIX, ARIZONA. The work covered by the specifications will be constructed at the Phoenix Indian Medical Center, Phoenix, Maricopa County, Arizona. The work will include, but not limited to: furnishing all paint, labor, tools, equipment and materials and performing operations in connection with the construction and installation of a dental clinic facility as required by this Performance Based Scope of Work. The contractor has options on determining the best methodologies for construction so long as the intent of the specifications is met or exceeded. The contractor shall declare any deviation from this Scope of Work with their bid submittals. Work shall include the building as shown on the drawings and as described in the Scope of Work & Specifications, but not limited to the following items: (1) Design calculations, construction working drawings and shop drawings based upon the IHS floor plans and elevations provided in this contract; (2) The contractor shall obtain all required government approvals, permits and licensing for pre-engineered building and pay all applicable fees as required; (3) The contractor shall be responsible for site preparation, earthwork, paving, surfacing and utilities piping, etc., as per information provided in the drawings; (4) The contractor shall verify all existing field conditions and measurements prior to foundation and building construction/installation; (5) The contractor shall be responsible for transportation, handling, fabrication and erection to include but not be limited to the following: Concrete foundation, Wall and roof drainage systems, Moisture protection, Insulation, Exterior finish and trim, Interior walls, Suspended ceiling system, Doors and windows, Finished hardware, Interior finishes, Carpentry and millwork, Handicap ramps and platforms, exterior railing, Painting, Toilet room accessories, Window blinds, Drinking fountain, Plumbing system and fixtures, HVAC Systems, Electrical power and lighting, Data and communication system, Fire detection and suppression systems, identification signage. More detail in solicitation. The period of performance will be 176 calendar days. The price range is between $400,000 and $900,000. BID BONDS ARE REQUIRED. NAICS CODE is 236220, Commercial and Institutional Building Construction. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, as Unrestricted Full and Open Competition. METHOD OF SELECTION: 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. The qualifications submitted by each firm will be reviewed and evaluated by a selection board to identify the most highly qualified firms. The top ranked firms may be interviewed at the discretion of the Government. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. The Technical Evaluation Factors in descending order of importance are: (1) PAST PERFORMANCE: 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. (2) PROFESSIONAL QUALIFICATIONS OF FIRM, MANAGEMENT PLAN, AND KEY PERSONNEL. (3) QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE: Describe 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. PRICE EVALUATION FACTOR: Price will be evaluated in accordance with FAR 15.404-1(b), price analysis. 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 offer submitting the proposal determined by the Government to be the most advantageous to the Government. Award will be based on 60% Qualifications, past performance and 40% Price. Offerors are to submit pricing as outlined in Section B of the solicitation documents. Discussions may or may not be held; therefore, Offerors should present their best and final pricing at the time of submission. Solicitation documents will be furnished in electronic PDF format only. Paper copies are not available. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR Thursday, JUNE 22, 2006 AT 10:00 am, LOCATION: Facilities Engineering Office, at the Main Hospital, Phoenix Indian Medical Center, Phoenix, AZ. THIS IS THE ONLY AUTHORIZED SITE VISIT AND THE SITE WILL NOT BE AVAILABLE AT OTHER TIMES. Firms requesting solicitation documents must do so via E-Mail to John.Peacock@ihs.gov. Questions concerning this solicitation should be transmitted via E-Mail only to Bonnie.Hicks@ihs.gov. Proposals are due by 2:00 pm, Central Time on Thursday, July 6, 2006. Original signed proposals must be delivered to Bonnie L. Hicks, Contracting Officer, Indian Health Service, Division of Engineering Services - Dallas, 1301Young Street, Suite 1071, Dallas, Texas 75202-5433. Electronic transmission of proposal documents (i.e., E-Mail, facsimile) will NOT be accepted. Telephone calls concerning this solicitation will not be accepted and will not be returned.
- Place of Performance
- Address: Phoenix Indian Medical Center, Phoenix, Arizona
- Record
- SN01059569-W 20060602/060531220403 (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 |