SOLICITATION NOTICE
Z -- Correct numerous building code structural deficiencies at the Ft Duchesne Health Clinic, located on the Unitah & Ouray Indian Reservation, in the state of Utah
- Notice Date
- 4/30/2008
- Notice Type
- Presolicitation
- 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, Texas, 75202
- ZIP Code
- 75202
- Solicitation Number
- HHSI161200800058C
- Point of Contact
- Bonnie M Hicks,, Phone: 214-767-8587, John H Peacock,, Phone: 214-767-6613
- E-Mail Address
-
bonnie.hicks.@des.ihs.gov, john.peacock@ihs.gov
- Description
- The Indian Health Service (IHS) Engineering Services Dallas, in support of the Phoenix Area Indian Health Service Office, is seeking a qualified firm to correct numerous building code structural deficiencies at the Ft. Duchesne Health Clinic, located on the Uintah & Ouray Indian Reservation, in the state of Utah. The existing Health Clinic building is a steel-framed one story structure that is approximately 12,000 sq. ft. The roof framing consists of a metal deck over steel Z-purlins spanning between open web steel joists. Wide flange steel beams support the steel joists at the interior and around the perimeter of the building. Steel columns support the gravity load from the steel beams. Non-bearing steel stud walls occur around the perimeter of the building. Work will consist of upgrading concrete foundation footings, adding exterior wall bracing, adding interior lateral wall bracing, upgrading structural components of the roof including adding new roofing underlayment. During all phases of the construction work the Health Clinic will need to remain fully functional. The Contractor shall provide all labor, material, supplies, transportation, equipment supervision and all other 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 BONDS, PAYMENT 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 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. 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 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) 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. (2) 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. (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 drawing between disciplines. Show how firm ensures applicable codes and standards are met in design. PRICE EVALUATION FACTORS: 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. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 1:00 PM ON MAY 8, 2008 at the Ft. Duchesne Clinic, Uintah & Ouray Indian Reservation, Uintah County, Utah. THIS IS THE ONLY AUTHORIZED SITE VISIT. Construction plans will be available through SCOTT BLUE REPROGRAPHICS, 4109 N. 12 TH STREET, PHOENIX, ARIZONA, 85014, ATTN: TONY, PHONE: 602-279-1035, COST: $28.29 PLUS SHIPPING. Specifications and solicitation documents will be available on or about May 2, 2008. 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 May 23, 2008. 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d5b8f5758ee3d0fc07a551ceef73291&tab=core&_cview=1)
- Place of Performance
- Address: Ft. Duchesne Health Clinic, Ft Duchesne, Utah, United States
- Record
- SN01564247-W 20080502/080430222020-0d5b8f5758ee3d0fc07a551ceef73291 (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 |