Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531

Engineering 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