Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF march 27,1995 PSA#1311

Department of Health and Human Services, Public Health Service, Office of Engineering Services, 1200 Main Street, Room 1900, Dallas, Texas 75202-4321, (214) 767-3492

54 -- PRE-MANUFACTURED MODULAR (OR PANELIZED) CONSTRUCTION AND ENGINEERING SERVICES, FOR NEW OR REPLACEMENT DENTAL CLINICS LOCATED IN VARIOUS STATES Sol 161-95-0005. Due 061695. POC Barry J. Price, Contracting Officer, (214) 767-3492. Presolicitation Notice: This acquisition is for pre-manufactured modular dental clinics construction and engineering services including site work, site utilities, and mechanical, electrical, and plumbing specialties in connection with Indian Health Service (IHS) facilities at the following locations: Southwestern Indian Polytechnic Institute, Albuquerque, NM; Winslow IHS Dental Clinic, Winslow AZ; Jeddito IHS Hospital, Keams Canyon, AZ; Sells IHS Indian Hospital, Sells, AZ; with options for three other locations to be named at a later date. The Office of Engineering Services, Region VI, will issue the solicitation, review the offers and make the contract award. This procurement is opened to Full and Open Competition. The estimated magnitude (including site work) is $500,000 to $2 million. Technical questions should be addressed to Gerry Shaffer, R.A., Project Manager, (214) 767-3317. A Bid Guarantee and performance and payment bonds are required. Proposals, when received, will be evaluated on the following basis: 70 percent for technical consideration, and 30 percent for pricing. The technical and pricing proposals must be submitted individually, in specified sealed envelopes and may be within the same package. Responsive proposals will be evaluated on the following technical factors (totalling 70 percent) which are listed in descending order, with number (1) and (2) being of equal value: (1) Completeness of submittal related to conformity with plans and specifications, (2) Proposed time of construction for fabrication, erection, site work, etc. (number of calendar days), (3) Qualifications/experience of offeror (narrative), length of time in business, etc. (4) Construction type (schematic and narrative), and (5) Energy efficiency of system. The pricing proposal (30 percent) will be evaluated as follows: The lowest responsive proposal will receive the maximum score of 30 percentage points. The next higher proposal will receive percentage points based on the following formula: divide the higher price into the lowest price and multiply by the maximum points (rounded upward). Qualified firms which meet the requirements described in this announcement are invited to submit: (1) a letter of interest; (2) a narrative with supporting data, photographs, drawings, etc. substantiating the following: (1) The professional qualifications of the firm (for both technical and construction services), (2) The firm's past performance with Government and private industry contracts, (3) The firm's past performance with medical facilities, and (4) Location of firm's manufacturing facilities. The schematic plans and performance specifications will be available on/about May 21 by writing Ms. Kathy Brancato at the above address. Written requests for each set of plans and specifications MUST be accompanied by a NON-REFUNDABLE fee (company check or money order) made payable to the Department of Health and Human Services in the amount of $50.00 for each set of plans and specifications. All responsible sources may submit an offer which shall be considered by the agency. Offer due date is scheduled on/about close of business, July 6. (080)

Loren Data Corp. http://www.ld.com (SYN# 0314 19950324\54-0002.SOL)


54 - Prefabricated Structures and Scaffolding Index Page