|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas,
Texas 75202-5433 Y -- CONSTRUCTION MANAGER/PRIME GENERAL CONTRACTOR FOR THE
CONSTRUCTION OF THE NORTHERN NAVAJO MEDICAL CENTER, SHIPROCK, NEW
MEXICO SOL RFP/161-00-0012 DUE 032800 POC Barry J. Prince, Contracting
Officer, (214) 767-6613. Gerald Inglett, R.A., Project Manager, (214)
767-3898 PRESOLICITATION NOTICE: The Indian Health Service (IHS),
Engineering Services Dallas (ES-D) is solicitating proposals from
qualified firms to act as the Construction Manager/General Prime
Contractor (CM/GPC) for the construction of the Northern Navajo Medical
Center at Shiprock, New Mexico. This work on the existing facility will
be approximately 4,139 gross square meters of new construction and
approximately 1,996 square meters of renovation. The estimated
construction dollar magnitude for the Health Center is between $10 --
$15 million. The Standard Industrial Code (SIC) is 1542 and the
business size standard is $17 Million. This solicitation will not be
set aside for small business and is being made under the Small Business
Competitiveness Demonstration Program. The estimated construction
period is two years. A Performance Bond (100%) and Payment Bond ($2.5
M) will be required of the selected contractor prior to issuance of the
Notice to Proceed for Part 2 of this project. For estimating
purposesthe contractor's insurance bonding provider should consider the
Maximum Estimated Amount available at this time for this project to be
$2.5 M. Actual bonding requirements will be established when the final
Guaranteed Maximum Price is established. THIS PROJECT IS SET-ASIDE
UNDER THE BUY INDIAN ACT FOR INDIAN OWNED FIRMS THAT ARE AT A MINIMUM
51 PERCENT INDIAN OWNED, CONTROLLED, AND OPERATED. In accordance with
Public Health Service Acquisition Regulation (PHSAR), Par. 380.503(E),
under a 51 percent Buy Indian Set-aside, not more than 50 percent of
the work to be performed under a prime contract awarded pursuant to the
Buy Indian Act (25 U.S.C. 47) shall be subcontracted to other than
Indian firms. For this purpose, the work to be performed does not
include the provision of materials, supplies, or equipment. In order
for an Indian firm to prove they meet the qualifications requirement of
the Buy Indian Set-aside restriction, i.e., offerors who are currently
certified by Indian Health Service (IHS) or Bureau ofIndian Affairs
(BIA) as an "Indian Firm," need to submit their certification (Tribal
Affiliation and Degree of 'Indian Blood') with their proposal. Offerors
who are NOT currently certified by IHS or BIA are required to submit
proof of ownership and eligibility for an Indian preference under the
Buy Indian Act. Joint Ventures will be considered as long as the Indian
firm is the managing entity (this MUST be specifically stated in the
submittal). Scope of Work: The selected CM/GPC will be a member of the
construction team consisting of the A&E Design Firm, the CM/GPC, and
the Government for the construction of the Northern Navajo Medical
Center, Shiprock, New Mexico. The contract will be in two parts: Part
1: As a team member the CM/GPC will provide consultative and other
services during the design phase of the project. Review and make
recommendations on plans and specifications as they have been and are
being developed with emphasis on keeping the cost of the project within
budgetary limitations; assist in the development of a total project
cost estimate, broken down by specialities, leading to the development
of an acceptable guaranteed maximum project price, make
recommendations on value engineering type changes, assist in preparing
the construction schedule and other associated tasks for construction
of this new facility. Part 2: The selected CM/GPC must provide all
management, supervision, labor, materials, supplies and equipment,
transportation and must plan, schedule, coordinate and assure effective
performance of all construction to meet the project requirements; bid
or negotiate and award all subcontracts; perform general condition
items; provide quality assurance inspections; and assume the
responsibility for completing the project within the Guaranteed Maximum
Price and in compliance with the developed design specifications,
drawings and the provisions of the contract. METHOD OF SELECTION:
Competitive formal sources selection procedures will be used in
accordance with Part 15 of the Federal Acquisitation Regulations (FAR).
The qualifications submitted by each firm will be reviewed and
evaluated for the most highly qualified firm. When responding to this
announcement, firms should fully address their capability and
qualifications with regard to each of the following evaluation factors.
The top ranked firms recommended for interview will be evaluated and
recommended solely on their written responses to this announcement.
Prime contractors assembling a team are cautioned that the evaluation
will be based on the team, not just the prime firm. Interested offers
may request an Offerors Qualification Statement Package from this
office by submitting their request in writing to Barry J. Prince,
Contracting Officer, at facsimile telephone number (214) 767-5194. This
will be the only form of submittal accepted. Additional material
submitted will not be evaluated and may be returned. TECHNICAL
EVALUATION FACTORS: The evaluation factors are listed in descending
order of priority with evaluation factors #1 & #2 being of equal point
value and #4 & #5 of equal point value. The offeror must demonstrate
its experience and professional ability in the following areas: (1)
CONSTRUCTION MANAGEMENT EXPERIENCE: Experience as a CM / GPC of similar
size and general scope of this project, i.e., health centers, hospitals
and other health facilities over the past 3 years; (2) MANAGEMENT
PLANNING & ACCOUNTING EXPERIENCE: Proposed management plan including
cost management ability, accounting system which will be utilized and
critical path scheduling experience on similar type and size projects;
(3) EXPERIENCE OF CONSTRUCTION MANAGER'S PROFESSIONAL STAFF ASSIGNED
TO THIS PROJECT: The CM / GPC proposed staff (Key personnel) for this
project, including professional experience, qualifications, education
and training, i.e., Project Manager, Superintendent, Estimator, Quality
Control Supervisor, etc; (4) PAST PERFORMANCE ON GOVERNMENT PROJECTS:
Past performance on contracts with Government agencies including Indian
organizations, tribes, agencies, i.e., Indian Health Service and Bureau
of Indian Affairs; (5) ENGINEERING & ARCHITECTURAL EXPERIENCE:
Technical Engineering / Value Engineering / Architectural experience in
the design of health centers, hospitals and other health facilities
over the past 3 years. Interested Offerors shall submit their Offerors
Qualification Statement Form to Barry J. Prince, Contracting Officer,
Indian Health Service, Engineering Services -- Dallas, 1301 Young
Street, Suite 1071, Dallas Texas 75202-5433. ALL QUALIFICATION
STATEMENTS MUST BE received by the Contracting Officer no later than
4:30 P.M., CST, Tuesday, March 28, 2000. THIS IS NOT A REQUEST FOR
PROPOSALS NOR WILL A SOLICITATION BE ISSUED. Posted 02/03/00
(W-SN421430). (0034) Loren Data Corp. http://www.ld.com (SYN# 0104 20000207\Y-0006.SOL)
Y - Construction of Structures and Facilities Index Page
|
|