Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOURCES SOUGHT

Z -- JOB ORDER CONTRACT-NAVAJO INDIAN RESERVATION

Notice Date
3/6/2009
 
Notice Type
Sources Sought
 
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
HHSI161200900022
 
Point of Contact
William Obershaw,, Phone: 214-767-3934, John Peacock,, Phone: 214-767-6613
 
E-Mail Address
william.obershaw@ihs.gov, john.peacock@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
JOB ORDER CONTRACT SOURCES SOUGHT Solicitation No: HHSI16120090022 The Indian Health Service (IHS) Division of Engineering Services Dallas, in support of the Navajo Area Indian Health Service Office is seeking a highly qualified firms for a competitive award of a Job Order Contract to provide construction services for projects located on the Navajo Indian Reservation in Northern Arizona and the State of New Mexico. Firms responding to this sources sought request must have satisfactory prior experience and a satisfactory track record of performing large volume multiple discipline task orders under Job Order Contracts with other agencies both public and private. A Job Order Construction Contract is a fixed price, indefinite-quantity contract which consists of a collection of detailed task specifications encompassing most aspects of facilities engineering work. Contractors offering for the Job Order Contracts are required to submit two coefficients or multipliers, one for normal working hours, one for non-standard working hours. The 2009 R.S. Means Facilities Construction Cost Data, Masterformat 2004, and the Master Composite Data which is supported by the composite Building Construction, Electrical, Plumbing, and Mechanical estimating cost data programs utilizing JOCWorks computer estimating software, hereinafter referred to as the CPG will serve as the basis for establishing the values of the work to be performed on a unit price bare cost basis The Contractor shall provide for all labor, material, supplies, transportation, supervision and all other necessary items for complete and usable projects, performing all work in a workman like manner unless otherwise specified in the delivery orders for performing work on this contract. This shall include, but are not limited to, the following items: backhoe, crane, trucks, and suitable subsurface drilling/excavation equipment to conduct site assessments or foundation investigations, including appropriate survey equipment. All remediation equipment, soil hauling services, and backfill contaminated soil disposal shall be performed by the Contractor. Common trades which may be needed include, carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, trades identified in the Davis Bacon Wage Determination and other trades common to the construction industry. The Contractor will be required to perform multi-discipline construction, repair and remodeling work using these trade workers. Exclusive of the program management functions, the Contractor may utilize subcontractors or consultants identified in the accepted proposal, or subsequently approved by the Contracting Officer, to perform any of the functions required within the specific delivery orders. Delivery orders issued under this Contract shall be Firm-Fixed Price. The Contractor shall be responsible for acquiring the latest version of applicable regulatory or agency guidance, including but not limited to, the referenced documents cited in this Solicitation and/or subsequent delivery orders issued after award of the Contract, unless otherwise specified. Contract requirements are incorporated into each delivery order unless otherwise specified in the individual order. 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. The qualifications submitted by each firm will be reviewed and evaluated to identify the most highly qualified firm. BID BONDS, PAYMENT AND PERFORMANCE BONDS WILL BE REQUIRED. NAICS CODE IS: 236220 Commercial and Institutional Building Construction. The estimated project size is between: $100,000.00 and $10,000,000.00 PER CALENDAR YEAR. Contract period shall commence upon date of contract award and shall remain in effect for 365 calendar days or until the maximum amount is reached, which ever occurred first. The will be four (4) Option year performance periods will be the same, if options are exercised. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, and will be unrestricted full and open The complete solicitation document package will be available on or about APRIL 1, 2009. A copy of the proposal documents may be obtained by submitting a written request to Mr. John Peacock, Procurement Assistant to JOHN H. PEACOCK @IHS.GOV. This request must include the name of the company, physical street address, telephone number, primary contact person and e-mail address. Question concerning this solicitation shall be sent via e-mail to: william.obershaw@IHS.gov. PHONE CALLS WILL NOT BE ANSWERED AND WILL NOT BE RETRUNED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=05fd250d104ff8e861949c13acf5ddb8&tab=core&_cview=1)
 
Place of Performance
Address: NAVAJO INDIAN RESERVATION NORTHERN ARIZONA AND NEW MEXICO, United States
 
Record
SN01763556-W 20090308/090306220802-05fd250d104ff8e861949c13acf5ddb8 (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.