MODIFICATION
Z -- Renovation of the Entire Ft. Duchesne Health Clinic HVAC System, Roosevelt, Utah
- Notice Date
- 8/6/2007
- Notice Type
- Modification
- 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
- HHSI161200700145C
- Response Due
- 9/20/2007
- Archive Date
- 10/5/2007
- Point of Contact
- Bonnie Hicks, Contract Specialist, Phone 214-767-8587, Fax 214-767-5194, - John Peacock, Procurement Assistant, Phone 214-767-6613, Fax 214-767-5194,
- E-Mail Address
-
bonnie.hicks.@des.ihs.gov, John.Peacock@ihs.gov
- Description
- **PLEASE NOTE*** FOR DRAWINGS AND SPECIFICATIONS PLEASE CONTACT: BLAYLOCK REPROGRAPHIC @ 1635 E. INDIAN SCHOOL ROAD, PHOENIX, ARIZONA 85016, TELEPHONE: 602-277-1608 THE COST WILL BE $70.84 IF YOU PICK THEM UP OR BLAYLOCK WILL FEDEX THEM FOR A TOTAL COST OF $75.16 ***** ***** The Indian Health Service (IHS), Division of Engineering Services, Dallas (DES) in support of the Phoenix Area Indian Health Service, is seeking a qualified firm for the renovation of entire Ft. Duchesne Health Clinic HVAC system, Ft. Duchesne, Utah. RFP/HHSI161200700145C: SCOPE OF WORK: The existing pneumatic HVAC control system and all associated equipment and devices for the clinic are to be replaced with a new direct digital control (DDC) system. This work includes replacing existing control valves, dampers, space sensors, and all required programming, network cabling, etc., required to put the system into full operation. The central plant HVAC control system shall be integrated with the DDC system proposed above. The system will be programmed to allow remote monitoring and control of the plant equipment. The existing central air-handling unit serving the building will be reused, but will have the fan speed increased. The existing motor will be replaced with a larger, high efficiency motor that is capable of meeting the new CFM and static pressure requirements of the system. The quantity of outside air entering the unit will also be increased as required by the current building occupancy. A new filter bank will be added and will serve as the final filter section. The existing split system air conditioning unit will be reused, but retooled to only serve the Computer Data Room. The existing exhaust fan EF-10 will be replaced. All other exhaust fans will be reused. In response to complaints of dust entering the building through the existing sidewall exhaust louvers, new hooded shields will be installed at the existing louvers. The existing hot water baseboard heaters will remain, but the wall-mounted thermostat will be replaced with a control valve at the heater. The existing chilled water system will be reused, but the existing pneumatic controls will be replaced with DDC controls. The existing heating water system will be reused, but the existing pneumatic controls will be replaced with DDC controls. All of the existing spaces will be re-balanced. All of the existing ductwork will be cleaned. Convert one general patient exam room into a Triage Isolation Room. This will require modifying existing plumbing, electrical system and mechanical system. Remove the room from the return air system and provide a dedicated exhaust system that provides 100% exhausting of the space. This space shall be maintained at negative pressure at all times. A new room pressure monitor will be added to verify that the space is kept at a negative pressure and will alarm if the room pressure relationship changes. The contractor shall provide all labor, materials, supplies, transportation, equipment, supervision and any and all necessary items for a complete and useable project. All work shall be performed in a workman like manner, in complete compliance with all applicable industry standards, manufacturer?s specifications and warranty requirement to meet Government approval. The period of performance will be 120 calendar days. BID BOND, PAYMENT BOND AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE is 236220 Commercial and Institutional Building Construction. The estimated project size is between $100,000.00 and $500,000.00. . SET-ASIDE NOTICE: This project is announced under Full & Open Competition, for all interested parties. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: Any and all firms or persons whishing 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 1888-227-2423, or 269-961-5757. By submission of an offer, the Offeror acknowledges the requirement that a positive awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract. 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. 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) 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; and (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 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 Offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Award will be based on 50 percent Qualifications, past performance and 50 percent Price. Solicitation documents will be furnished in electronic PDF format only. Paper copies are not available. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 10:00AM, WEDNESDAY, AUGUST 22, 2007 at the Ft. Duchesne Clinic, Uintah & Ouray Indian Reservation, Uintah County, Utah. THIS IS THE ONLY AUTHORIZED SITE VISIT AND THE SITE WILL NOT BE AVAILABLE AT OTHER TIMES. Plans, specifications, and solicitation documents will be available on or about August 22, 2007. Request for solicitation documents may be made via E-mail to: John.Peacock@ihs.gov. Proposals are due by 2:00 P.M., Central Time, on Thursday, September 20, 2007. Original signed proposals must be delivered to Ms. Bonnie L. Hicks, Contracting Officer, Indian Health Service, Division of Engineering Services ? Dallas, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. 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 sent via e-mail to Bonnie.Hicks@ihs.gov. Telephone calls inquiries or questions concerning this solicitation cannot be accepted and will not be returned.
- Place of Performance
- Address: Ft. Duchesne Health Clinic, 6822 East 1000 South Ft. Duchesne, Utah 84026
- Zip Code: 84026
- Country: UNITED STATES
- Zip Code: 84026
- Record
- SN01363042-W 20070808/070806220430 (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 |