Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
SOLICITATION NOTICE

Y -- PROVIDE MODULAR BUILDING FOR WELLNESS CENTER

Notice Date
9/25/2006
 
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
HHSI161200700002C
 
Response Due
11/1/2006
 
Archive Date
11/16/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, in support of the Phoenix Area Indian Health Service Office has an existing need to select a professional qualified Modular Building Manufacturer for the design and construction of 3000 square feet, modular wellness center building at the Ft. Duchesne, Uintah & Ouray Indian Reservation, Uintah County, Utah. The building may be of modular or panelized system constructed and installed on a permanent foundation with a crawl space below it. The primary structural system may be of steel or wood construction. The total construction project will include site work, foundation construction, building erection, connection to the water, sewer, electrical, telephone, and propane utility system, placement of new aggregate base and asphalt concrete pavement, new concrete curb, new concrete sidewalks. The Contractor shall provide all labor, material, supplies, transportation, equipment supervision and all other necessary items for a complete and useable project, performing all work in a workman like manner in complete compliance with all plans, drawings, and specifications issued and approved. Common trades which may be needed include, carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, painters, trades identified in the Davis Bacon Wage Determination and other trades common to the construction industry. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 236220 Commercial and Institutional Building Construction. The period of performance will be 150 calendar days. The estimated project size is between $200,000.00 and $600,000.00. SET-ASIDE NOTICE: This procurement is set aside under the Service-Disabled Veteran-Owned Small Business Procurement Program, FAR Part 19. MANDATORY REGISTRATION REQUIREMENT: far 52.204-7 Central Contractor Registration: Any and 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 awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract. 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 of each firm must be submitted on the OFFERORS QUALIFICATION STATEMENT FORM CONTAINED IN THE SOLICITATION DOCUMENTS. 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. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. Firms must fully address (1) 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 this project. Individuals submitted for evaluation may not be switched and must be used in their capacity on the project. (2) Past performance including 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. PRICING PROPOSAL: Offerors are to submit pricing as outlined in Section B of the solicitation documents. Discussions may or may not be held; therefore, offeror?s should present their best and final pricing at the time of submission. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offeror?s, to award the contract to other than the lowest total price; and to award to the offeror?s submitting the proposal determined by the Government to be the most advantageous to the Government. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 1:00 PM ON OCTOBER 12, 2006 at the Ft. Duchesne Clinic, Uintah & Ouray Indian Reservation, Uintah County, Utah. THIS IS THE ONLY AUTHORIZED SITE VISIT. Plans, specifications and solicitation documents will be available on or about October 4, 2006. Requests for solicitation documents may be made via E-Mail to: John.Peacock@ihs.gov or Bonnie.Hicks@ihs.gov Copies of solicitation documents will only be furnished by e-mail or CD-Rom. Paper copies are not available. Proposals are due by 2:00 P.M. Central Time on November 1, 2006. Original hardcopy signed proposals must be delivered to Bonnie Hicks, Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Electronic transmission of proposals or documents (i.e. e-mail, CD-Rom, or facsimile) will NOT be accepted. Questions concerning this solicitation shall be addressed in writing only and may be faxed to (214) 767-5194 or sent via email to Bonnie.Hicks@ihs.gov. Phone call inquiries or questions concerning this solicitation cannot be accepted and will not be returned.
 
Place of Performance
Address: Roosevelt, Utah
Zip Code: 84026
Country: UNITED STATES
 
Record
SN01153605-W 20060927/060925220150 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.