SOLICITATION NOTICE
Z -- Hopi Health Care Center Medical Air Compressor Project
- Notice Date
- 7/21/2011
- 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
- 11-161-SOL-00009
- Archive Date
- 9/8/2011
- Point of Contact
- Bonnie L. Hicks, Phone: (214) 767-8587
- E-Mail Address
-
Bonnie.hicks@ihs.gov
(Bonnie.hicks@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Hopi Health Care Center Medical Air Compressor Installation, replace existing compressed air manifold and cylinders wtih an air compressor in accordance with NFPA 99. The contractor is to demolish the existing medical air manifold and provide an oil-free reciprocating air compressor with receiver and all equipment required by the 2005 Edition of NFPA 99. The medical air compressor shall be installed in the Central Plant. The contractor shall design and install a concrete pad for the medical air compressor in the Central Plant and shall pipe the compressed medical air to the Medical Gases Room, connecting the new compressed medical air piping to the existing medical air piping. Pipe labels shall be provided as required. Piping, installation methods, and testing methods shall be in accordance with the 2005 Edition of NFPA 99. Complete details and requirements can be found in the solicitation documents. Bid Guarantee-Bonding: As required by FAR Clause 52.228-1 Bid Guarantee, the offeror shall furnish to teh Contracting Officer with the proposal price a bid guarantee. The amount of the bid guarantee shall be 20 percent of the bid/proposed price. Failure to provide a bid guarantee in the proper form and amount, by the time set for receipt of bids/proposals, may be cause for rejection of the bid/proposal. Additionally the selected offeror shall be required to provide payment and performance bonds as specified in FAR 52.228-15 Performance and Payment Bonds-Construction. The penal amount of payment bond and performance bond shall be 100 percent of the original contract price at the time of contract award. Upon acceptance of its bid/proposal by the Government within the period specified for acceptance, failure to execute all contractual documents or furnish executed bond(s) within 10 calendar days after receipt of the forms by the bidder/offeror, the Contracting Officer may terminate the contract for default. In the event the contract is terminated for default, the bidder/offeror is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference. Award will be based on Lowest Price Technical Acceptable (LPTA) When responding to this announcement, offerors should address their qualifications with regard to past performance, offerors shall limit this information to not more than five (5) contracts but no less than three (3) similar contracts, performed within the last three (3) years. Project Size: The estimated project size is between $50,000.00 and $75,000.00 Competitive formal 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 wtih the established criteria. In accordance with FAR 15.305(a)(2)(ii), the Offerors is required to identify past or current contracts (including Federal, State, and local government and private enterprise ) for efforts similar to the current Government requirements in the solicitation. SPECIAL NOTICE-PRE-PROPOSAL CONFERENCE: Interested parties will have an opportunity to discuss the project with the Government technical personnel, have the proposal requirement explained, and ask questions for clarification. Firms wishing to participate in the procurement should attend this conference as this is the only time the facility will be available for inspection. PRE-PROPOSAL CONFERENCE IS SCHEDULED AS FOLLOWS: AUGUST 10, 2011 AT 10:00 AM HOPI HEALTH CARE CENTER MILE MARKER 388, HWY 264, POLACCA, ARIZONA 86042. Request for solicitation documents must be made in writing and the request must be sent to: John.Peacock@ihs.gov or Bonnie.Hicks@ihs.gov Qualification packages and proposal price packages must be submitted no later than 2:00 p.m. (Dallas time), August 24, 2011. Electronic transmission of documents (i.e.e-mail, facsimile) will NOT be accepted. Solicitation will be available to all offerors by August 2, 2011. Complete details and requirements can be found in the solicitation documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/11-161-SOL-00009/listing.html)
- Place of Performance
- Address: Hopi Health Care Center, Mile Marker 388, Hwy 264, Polacca, Arizona, 86042, United States
- Zip Code: 86042
- Zip Code: 86042
- Record
- SN02506114-W 20110723/110721235032-6b6fa4004ab3e6c6fd1bc3cadcc790bd (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 |