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