Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
SOLICITATION NOTICE

Z -- Repairs and Building System Upgrades, Unity Regional Youth Treatment Center, Cherokee, North Carolina

Notice Date
4/5/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HHSI161200700034C
 
Response Due
5/16/2007
 
Archive Date
5/18/2007
 
Description
ADDITION, ALTERATION & RENOVATATION FOR INDIAN HEALTH SERVICE, Engineering Services Dallas, in support of the Nashville Area Indian Health Service Office, project location is at Cherokee Indian Reservation, Cherokee County, North Carolina. (Solicitation HHSI161200700034C) DESCRIPTION OF WORK: The U.S. Department of Health and Human Services, Indian Health Service, Dallas Engineering Services Office intends to solicit offers for construction services necessary to execute repairs and building systems upgrades to the Unity Regional Youth Treatment Center located in Cherokee, North Carolina. To included but not limited to roofing, HVAC upgrades, lighting improvements, and fire sprinkler system upgrades. The Contractor shall provide all materials, equipment, labor and supervision necessary to perform the required construction work in strict accordance with the project specifications and drawings. The work consists of a base portion as well as six deductive items. Contractors shall note that award of deductive items is dependent upon funding available at time of award. Period of performance shall be one hundred eighty (180) days following receipt of notice to proceed. Project funding is immediately available to start construction therefore all discounts should be sought. To obtain maximum price advantage, advance payments for material maybe authorized by the Contracting Officer. The estimated construction const magnitude applicable to this project is between $1,000,000.00 and $5,000,000.00. Additional funding is not available. Our intent is to renovate the building obtaining the most we can with the money available. 1. A Bid Bond in the amount of twenty (20) percent of the offer is required. Contractors shall note that 100 Percent Payment and Performance bonds will be required once the final negotiated price is established, within 10 days from notice of award. NAICS CODE IS 236220 Commercial and Institutional Building Construction. The applicable size standard shall be $31,000,000.00. This procurement is being advertised on an unrestricted basis, without set-asides. Therefore, offers will be accepted from all responsive and responsible small and large businesses. EVALUATION FACTORS: 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 and the two phases listed below: 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. Prime Contractors assembling a team are cautioned that that the evaluation will be based on the team, not just the prime firm. 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 PHASE I OF SELECTION ?PAST PERFORMANCE (40%) The formal qualifications of each firm must be submitted on the OFFERORS QUALIFICATION STATEMENT FORM CONTAINED IN THE SOLICITATION DOCUMENTS. Additional pages as necessary may be added to this form as needed. The following factors must be fully addressed: (1) PAST PERFORMANCE EXPERIENCE: Past performance on contracts with Government entities including Native American organizations, tribal governments, federal agencies, i.e., Indian Health Service and Bureau of Indian Affair, including Federal, State, and local government and private enterprises. Offerors are required to identify past or current contracts for efforts similar to the current Government requirements in this solicitation. Elaborate on projects that have been completed in the last 3 years. Provide reference that may be contacted. (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT & MANAGEMENT PLAN: Professional qualifications of project managers, superintendents, estimator, quality control, and construction inspectors. 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; Fast track experience must also be presented for consideration. (3): QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE Description of specific safety and quality control initiatives and plans for this project. Provide information on your firms QA/QC procedures to ensure plans and specification are complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. 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. PHASE II OF SELECTION PRICE EVALUATION FACTORS: (60%) Contractor?s will be required to submit a detailed cost break down of their proposals for this project which will be broken down into line item prices for each division as specified in the Master Format, a publication of CSI and CSC which is the Uniform Classification System for organizing preliminary construction information into a standard order or sequence on the basis of functional elements. Functional elements, often referred to as systems or assemblies, are major components common to most buildings that usually perform a given function regardless of the design specification, construction method, or materials used. Overhead, direct home office and field, profit and overhead, incidental costs and any other costs shall be broken down and listed for analysis by the Government. Deductive items will be evaluated as to reasonableness of price and may be added or deducted at any time of negotiations or during the term of the contract as and if additional funds become available. Proposals submitting a lump sum price without a breakdown will be rejected. Offerors are advised that an award may be made without discussion, exchanges or any contact concerning the proposals received; therefore, offerors should present their best and final price at the time of submission. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. 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 offeror submitting the proposal determined by the Government to be the most advantageous to the Government. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 10:00 a.m. on April 25, 2007. Meeting will be held at: Unity Regional Youth Treatment Center located at 448 North Sequoyah Trail Drive in Cherokee, North Carolina. Contractors will have an opportunity to discuss the project with the Government personnel, review the site, have the proposal requirements explained and ask questions for clarification. THIS IS THE ONLY AUTHORIZED SITE VISIT and pre-proposal meeting. Solicitation documents, plans and specification are currently available and will be furnished by e-mail or CD-Rom to interested parties at no charge, limited to one set. Paper documents are not available. Full size drawings and specifications may be purchased by interested parties from: Albuquerque Reprographics, Inc., 4716 McLeod Road NE, Albuquerque, New Mexico, 87190. Phone: (505) 884-0862. To obtain the solicitation documents interested parties may submit a written request by e-mail only: to: Mr. John Peacock, Procurement Assistant, Indian Health Service,@ John.Peacock@ihs.gov . Proposals are due by 2:00 P.M. Central Time on MAY 16, 2007. Proposals must be delivered to: Mr .William Obershaw, Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Offerors are to submit 5 copies, one original with original signatures and so marked and four copies. Refer to Section L of the solicitation for further instructions and submittal requirements. Electronic transmission of proposal documents (i.e. e-mail, facsimile) will NOT be accepted. Only hard documents. Questions concerning this solicitation shall be address in writing and must be submitted via e-mail to misty.gates@ihs.gov. Phone call inquiries cannot be accepted and phone calls will not be returned. YOU ARE CAUTIONED TO FULLY ADDRESS THE REQUIREMENTS OF THIS ANNOUNCEMENT TO BE CONSIDERED FOR AWARD.
 
Place of Performance
Address: 448 North Sequoyah Trail Drive, Cherokee, North Carolina
Zip Code: 28719
Country: UNITED STATES
 
Record
SN01267025-W 20070407/070405220523 (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.