Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1999 PSA#2326

Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas, Texas 75202-5433

Z -- RENOVATION AND EXPANSION OF FACILITIES AT CHINLE INDIAN HOSPITAL AND TSAILE HEALTH CENTER, ARIZONA SOL IFB/161-99-0006 DUE 060299 POC Wanda L. Burton, Contracting Officer, (214) 767-5255 or (214) 767-3492 WORK TO BE DONE: Work to be performed consists of construction renovations and addition work at the Chinle Indian Hospital consisting of the laboratory, emergency and urgent care, ambulatory eye care, dental, physical therapy and facility management departments, and Tsaile Health Center, Arizona, laboratory, ambulatory eye care, ambulatory medical, community health, pharmacy, administration, medical records, business office, property and supply, and facility management departments. This project will be a two-step solicitation. The estimated magnitude for this acquisition is between $5,000,000 and $10,000,000. Technical questions should be addressed to Tommy Bowman, R.A., Project Manager, (214) 767-0423, and contractual questions to Wanda Burton, Contracting Officer, (214) 767-5255. 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 PROPOSAL 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 (totaling 70 percent) which are listed in descending order, with numbers 2&3 being of equal value, and 5&6 being of equal value: (1) PROFESSIONAL QUALIFICATIONS OF FIRM: Contractor experience in the last 5 years on similar size and scope projects as this project, i.e., health centers, hospital, and other health facilities; (2) SPECIALIZED EXPERIENCE OF CONTRACTOR'S KEY STAFF ASSIGNED TO THE PROJECT on similar size and scope projects as this project; (3) RENOVATION AND CRITICAL PATH SCHEDULING IN OCCUPIED/OPERATIONAL FACILITIES; (4) CONTRACTOR EXPERIENCE WITH KEY SUBCONTRACTORS, e.g., mechanical, electrical, site work, on previous projects; (5) CONSTRUCTION CONTRACTING EXPERIENCE WITH INDIAN ORGANIZATIONS/ TRIBES AND AGENCIES, e.g., NTUA, NCC, BIA and IHS: (6) MANAGEMENT PLAN: How does contractor plan to complete construction with minimal unexpected disruptions to the operation of the facilities. 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). Offerors are warned that the government reserves the right to award the resultant contract based on the initial technical and pricing proposal since negotiations may not be conducted. Award will be made to the offeror receiving the highest number of combined points. Plans and specifications will be available O/A May 3, 1999, by writing Kathy Brancato at the address above. No deposit is required for the first set of solicitation documents for 51 percent Indian owned firms. Additional sets for 51 percent Indian owned firms are $250.00 each. All solicitation documents for non-Indian owned firms are $250.00each. All responsible sources may submit an offer which shall be considered by the agency. NOTE: The proposed contract listed herein is set_aside under the Buy Indian Act for firms that are at a minimum 51 percent Indian owned, controlled, and operated. In accordance with the Public Health Service Acquisition Regulation Paragraph 380.503(e), not more than 50 percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies or equipment. In order for Indian firms to prove that they meet the qualifications requirement of the Buy Indian Set-Aside restriction, they need to submit a "Certification of Tribal Affiliation and Degree of Indian Blood" with their bid Contractors shall insure that bonding capability for a project of this magnitude is available. Posted 04/14/99 (W-SN319993). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0153 19990416\Z-0025.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page