|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,1995 PSA#1352PHS-6, Office of Engineering Services, 1200 Main Street, Room 1900,
Dallas, Texas 75202-4348, (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 080195. POC Barry J. Prince,
Contracting Officer, (214) 767-3492. Work is as follows: 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:
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, PHS-6, will issue the solicitation, review the
offers and make the contract award. This procurement is opened to Full
and Open Competition. The estimated magnitude for this acquisition
(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 June 16 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. The offer due date is scheduled on/about
close of business, August 1, 1995. (137) Loren Data Corp. http://www.ld.com (SYN# 0322 19950522\54-0001.SOL)
54 - Prefabricated Structures and Scaffolding Index Page
|
|