Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
SOLICITATION NOTICE

Z -- Hopi Health Care Center Boiler Replacement

Notice Date
7/21/2011
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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-00008
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
Hopi Boiler Replacement describes the intent of a project to replace two 70 BHP 30 psi Kewannee hot water boilers wtih two high-efficiency (95%) 70 BHP hot water boilers as required for the Hopi Health Care Center (HHCC). The contractor shall be responsible for the design and construction of the boiler system, including reuse or replacement of existing fuel trains, blow down piping, blow down tank, vent stacks, feed water piping, hot water supply piping, hot water return piping, and electrical service in accordance with the National Electrical code, as well as all other requirements for a functioning boiler system. 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. Project Size: The estimated project size is between $100,000.00 and $150,000.00 Proposed Evaluation Criteria for the Hopi Health Care Center Boiler Replacement project: 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. EVALUATION FACTORS: Relevant Experience & Qualifications to include the following: (25%) Narrative explanation of the work including in this proposal including: Proposed schedule of work Demolition plan for boilers Plan to connect the new boilers to the existing system and test the new boilers Building modifications required to demolish existing boilers or connect new boilers Submission of all equipment that will be used Any deviations to Scope of Work requirements (15%) Contractor's experience, knowledge of construction practices and principles (10%) The superintendent's experience with comparable projects of this size and scope. The contractor shall submit 5 projects performed within the last five (5) years which are similar in size and scope of this project for which the proposed superintendent performed that role. (5%) How the efforts required to complete the project will be assigned for performance within the contractor's company and amoung proposed subcontractors. The organizational structure of the contractors' team including all subcontractors for this project. (5%) Example of the multimedia training material that will be provided. Award will be based on 60% Past Performance and 40% Price The Government reserves the right to reject any and all proposals at any time prior to award; to negotiate with any or all Offerors; to award to the Offeror submitting the proposal determined by the Government to be the most advantageous to the Government 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 9, 2011 AT 1:00 PM 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/11-161-SOL-00008/listing.html)
 
Place of Performance
Address: HOPI HEALTH CARE CENTER, MILE MARKER 388, HWY 264, POLACCA, Arizona, 86042, United States
Zip Code: 86042
 
Record
SN02506258-W 20110723/110721235158-a629268ae8e7eb73c3ef1ee033c883c6 (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.