SOLICITATION NOTICE
Z -- ROOFING REPLACEMENT
- Notice Date
- 3/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 238160
— Roofing Contractors
- 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
- HHSI161200400020C
- Response Due
- 4/28/2004
- Archive Date
- 5/13/2004
- Point of Contact
- William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
- E-Mail Address
-
william.obershaw@des.ihs.gov
- Description
- INDEFINATE QUANITY/INDEFINATE DELIVERY QUARTERS ROOFING REPLACEMENT PROJECT; NAVAJO INDIAN RESERVATION, LOCATED WITHIN THE STATES OF ARIZONA AND NEW MEXICO. DESCRIPTION OF WORK: The intent of this solicitation is to obtain both technical services and construction installation services for the replacement of 416 housing structure roofs that equates to approximately 430,000 sq. ft. of roofing surface on the Navajo Indian Reservation, both in the States of Arizona and New Mexico. Technical Services include the contractor to make a recommendation of the existing roof systems (including roofing materials, gutters, down spouts, fascia and sofits) and if necessary, make a recommendation on replacement of the roof system and the material type to use on the replacement or addition of materials for the approval of the Navajo IHS. Provide a detailed cost proposal for the removal and installation of roof systems. Additional responsibility may include any required environmental investigations and any remediation materials that fall within EPA conditions. This may not be limited to Lead based Paint and Asbestos. Navajo Area IHS will assist with known environmental data for this project. Upon competition of the new roofing system the contractor shall provide all technical data, warranties and furnish a complete set of record drawings and documents of all materials installed. The contractor will also be required to make recommendations on the replacement of windows and provide recommendations on how to best accomplish this work. Construction Installation Services: The Contractor shall provide all labor, material, supplies, transportation, equipment supervision and any and all other necessary items for a complete and useable project, performing all work in a workman like manner in complete compliance with applicable industry standards, manufacturers specifications and warranty requirements and to meet Government approval. This project includes but not limited to the removal and installation of new performed metal roofing, asphalt shingles, roof deck, valleys, hips, ridges, eaves, corners, rakes miscellaneous flashing, gutters, down spouts, fascia, softest, removal and replacement of mechanical equipment and the installation of complete roofing systems. The work may include the removal and replacement of single pane windows with double pane windows. Window replacement will be ?As-Requested? based on age of unit and funding. Housing units will be occupied at all time. This project will be accomplished in phase?s accord to need of the Navajo Area IHS service unit and funding availability. PAYMENT AND PERFORMANCE BONDS WILL BE REQURED. NAICS CODE is 238160 ROOFING CONTRACTORS. SIZE STANDARD IS $27.5 Million for each. The estimated project size is between $ 1,000,000.00 and $5, 000,000.00. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, as unrestricted competition. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: Any and all firms or persons wishing to respond to this solicitation must be registered in the "Central Contractor Registration (CCR) database? which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract. Contractors will be required to have an active State Contractor?s License issued by the Contractor State License Board as a ?Roofing Contractor? in the States (Arizona & New Mexico) where the work is to be performed. General Contractors must have a roofing endorsement to be considered. Joint Ventures will be considered. A copy of the joint venture agreement must be submitted with offer. A copy of the state contractors license must be submitted at the time set for receipt of proposals. 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. Project 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 may be held on the Phase Two portion of the project only. Competitive formal Source Selection process in accordance with Part 15 of the Federal Acquisition Regulation (FAR) will be used to ensure selection of the source evidencing the best overall capability to perform the work in a manner most advantageous to the Government, as determined by evaluation of proposals in accordance with the established criteria. In accordance with FAR 15.305(a)(2)(ii), the Offerors is required to identify past or current contracts (including Federal, State, and local government and private enterprise) for efforts similar to the current Government requirements in this solicitation. 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. Oral interviews may be held at the option of the Government. Prime Contractors assembling a team are cautioned that that the evaluation will be based on the team, not just the prime firm. The Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. The Offerors is reminded that the Contracting Officer shall determine the relevance of similar past performance information. The Offerors shall limit this information to not more than 10 contracts but no less than 3 similar contracts, performed within the last 3 years. Failure of an Offerors to provide a minimum of 5 relevant references or the inability of the Government to reach at least 3 references, after making a reasonable effort to do so, may result in the Offerors not being rated on the past performance factor. An Offerors who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. The Offerors must demonstrate its experience and professional ability in the following areas: (1) EXPERIENCE AS A ROOFING CONTRACTOR, PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY: Past Performance information must include the following information and be submitted in the following format and order: 1.: Contract Number; 2.: Contract Award Date; 3.: Contract Type (e.g., fixed price, cost reimbursable, etc.); 4. Contract Term (e.g., one year, base year and option years); 5. Contract Dollar Value; 6: Name of Procuring Organization; 7. Address of Procuring Organizations; 8. Procuring Organization Contracting Officer?s Name and Phone Number; 9. Procuring Organization Technical or Program Manager?s Name and Phone Number; 10. Indicate whether the contract was a prime contract or whether the contract was a subcontract to a prime contract. If a prime contract, insert ?Prime,? if a subcontract, insert subcontractor. 11. Provide information on problems encountered on the identified contract and the corrective action. (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: Professional qualifications of project managers, superintendents, estimator, quality control, and construction inspectors. Technical competence and skills as they relate specifically to roofing. (3) QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE Description of specific safety and quality control initiatives and plans for this project and previous projects listed as past experience. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all Offerors; to award to the Offerors submitting the proposal determined by the Government to be the most advantageous to the Government. Qualification packages are to be sent to: Mr. William E. Obershaw, Chief Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202-5433. All qualification packages must be submitted not later than 2:00 p.m. (Dallas time), APRIL 28, 2004. Electronic transmission of documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation must be address in writing and may be faxed to (214) 767-5194 or sent via email to William.Obershaw@des.IHS.gov. Phone inquiries cannot be accepted and calls will not be returned.
- Place of Performance
- Address: NAVAJO INDIAN RESERVATION, STATES OF ARIZONA AND NEW MEXICO
- Record
- SN00554839-W 20040328/040326211844 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |