Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20, 2001 PSA #3002
SOLICITATIONS

Y -- DESIGN BUILD HOUSING CONSTRUCTION FT. DEFIANCE ARIZONA

Notice Date
December 18, 2001
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
ZIP Code
75202
Solicitation Number
161-02-0026
Response Due
January 17, 2002
Point of Contact
William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194, Email wobershaw@esd.ihs.dhhs.gov
Description
DESIGN BUILD SERVICES FOR FORT DEFIANCE COMPREHENSIVE HEALTH CARE FACILITY STAFF QUARTERS PROJECT FORT DEFIANCE, ARIZONA The Indian Health Service (IHS), Engineering Services -- Dallas (ES-D), is soliciting proposals from qualified firms for the design and construction of 193 Government Staff Quarters to support the Ft. Defiance Hospital. Estimated project range is $22M to $32M. Project scope will also include, but is not limited to, utility and road infrastructure, recreational items such as playgrounds and sport courts. The contractor must meet the requirements of the Navajo Tribal Utility Authority for water, sewer, and electrical utility construction. Quarter?s units range from single-family housing units to four-plexs, with from one to four bedrooms. This project will be negotiated as a complete design build contract with multi-year funding. Funds are available to begin the project immediately upon contract award. The infrastructure package will be released for construction starts as soon as practicable. The hospital that these quarters are supporting will be operational in August 2002. The North American Industry Classification System (NAICS) Code is 233310 and the size standard is $27.5 million. Performance and payment bonds (both 100%) will be required prior to the issuance of the Notice to Proceed for the construction phase. This is an unrestricted solicitation and is open to all qualified responsible sources. A two phase procurement process will be used. Phase One will be to determine which offerors will be requested to submit proposals for Phase Two. Selected offerors for involvement in Phase Two stage will be established, based on technical approach, and performance capability. Detailed project design requirements and minimum specifications will be added at the start of Phase Two stage of the Request for Proposal. A limited number of firms will be invited to participate in Phase Two. There will be no pre-proposal conference on the Phase One portion of the project. A pre-proposal conference will be held on the Phase Two portion of the project only. The date, time and location will be determined at a later date.. Competitive formal source selection procedures will be used in accordance with Part 15 of the Federal Acquisition Regulation (FAR). The qualifications submitted by each firm will be reviewed and evaluated to identify 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. (1) Design Builder experience: Experience of designer and builder on design/build projects. (2) Construction experience on quarter?s projects of similar size and scope. Elaborate on projects that have been completed in the last 3 years. (3) Experience of Design/Builder?s professional staff that will be assigned to this project. i.e.; Project Manager, Superintendent, Estimator, Registered Architect of Record, Architect?s Construction Administrative Representatives etc. (4) Management Plan: project approach; design, construction administration by Designer of Record. Include Teaming plan between constructor and designer .(5) Cost management; Critical path scheduling; Value engineering; Fast track experience. The top rated firms may be interviewed at the discretion of the Government. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. Qualification packages are due January 17, 2002 at 2:00 PM. Packages are to be delivered to Mr. Barry Prince, Contracting Officer, U.S. Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. (214) 767-6613.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/IHS/IHS-Dallas/161-02-0026/listing.html)
Record
Loren Data Corp. 20011220/YSOL003.HTM (D-352 SN5154U4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on December 18, 2001 by Loren Data Corp. -- info@ld.com