SOLICITATION NOTICE
Z -- EMERGENCY GENERATOR FT. DEFIANCE, AZ
- Notice Date
- 7/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238210
— Electrical 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
- HHSI16120050046C
- Response Due
- 8/26/2005
- Archive Date
- 9/10/2005
- Description
- The Indian Health Service (IHS) Engineering Services Dallas, has an existing need to select a professional qualified firm for the complete installation for a Standby Power Systems at the Ft. Defiance Indian Hospital, Ft. Defiance, Arizona. Emergency power revisions are being made to the Dietary Unit of the hospital. The Dietary Unit lighting and power circuits will be moved from the normal power system to the existing emergency power systems. Standby power systems provides a standby diesel-engine generator to supply emergency power to the remaining hospital?s power system not connected to the existing generators. The work requires a new 1,250 kw diesel-engine generator with day tank, weather-proof sound attenuated enclosure, space heater, battery charger, lights and crankcase heater to be purchased and installed. Power and control conducts will be installed underground from the new generator to the existing electrical room. New circuit breakers, along with Kirk-key assembles, will be installed in the existing switchgear. New generator control and annunciator panels will be installed in the Central Utilities building. For the generator and enclosure, a new concrete pad will be installed. Two service platforms are to be provided to the enclosure. New underground, double-contained fuel oil piping will be installed from the existing fuel oil tank to the generator fuel pump and day tank. A new generator grounding grid will be installed under the concrete pad and new lightning protection will be installed on the enclosure. The Contractor shall provide all labor, material, supplies, transportation, equipment supervision and all other necessary items for a complete and useable project, performing all work in a workman like manner in complete compliance with all plans, drawings, and specifications issued and approved. The total contract period will be 270 calendar days. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 238210 ELECTRICAL CONTRACTORS. The estimated project size is between $500,000.00 and $ 1,000.000.00. SET-ASIDE NOTICE: This procurement is set aside under the Small Business Competitiveness Demonstration Program, FAR Part 19, and will be unrestricted full and open. 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 contrac Competitive formal Best Value 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. 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. Firms should submit their complete qualifications as they may be evaluated solely on their written responses to this announcement. (1) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: Construction experience on similar projects of similar size and scope. Elaborate on projects that have been completed in the last 3 years. Provide reference that may be contacted.? OFFERORS MUST SUBMIT THE OFFERORS QUALIFICATION STATEMENT FORM CONTAINED IN THE SOLICITATION DOCUMENTS. (2): QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE Description of specific safety and quality control initiatives and plans for this project. Provide information on your firms QA/QC procedures to ensure plans and specification is complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. The construction contractor must provide a copy of the Contractors EMR (Experience Modifier Rate) for the last 3 years. (The EMR is a reflection of there safety performance as compared to the average contractor in their specific specialty and is calculated over a three year period. An EMR of 1.00 is average. This rating is used to determine the worker's compensation insurance premium) (This will also be a requirement for all sub-contractors when identified) (3) PAST PERFORMANCE WITH GOVERNMENT AND PRIVATE INDUSTRY CONTRACTS OF SIMILAR SIZE, SCOPE, AND COMPLEXITY: Past performance on contracts with Government entities including Native American organizations, tribal governments, federal agencies, i.e., Indian Health Service and Bureau of Indian Affairs and Private Industry. 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 Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offeror?s; to award the contract to other than the lowest total price; and to award to the offeror?s submitting the proposal determined by the Government to be the most advantageous to the Government. Professional Qualifications of Firm, Quality Control/Quality Assurance/ Safety Experience during construction phase, and Past Performance, must be addressed by each firm. Award value is 40% and Price is: 60 Percent. Offerors are to submit pricing as outlined in Section B of the solicitation documents. Discussions may or may not be held; therefore, offeror?s should present their best and final pricing at the time of submission. Solicitation documents will be available on or about July 25, 2005. A copy of the specifications and drawings may be purchased for a non-refundable fee of $ 40.00 per set. INTERESTED FIRMS WILL BE ADVISED HOW SETS MAY BE OBTAINED. DO NOT SEND FUNDS AT THIS TIME. Submit your written request for solicitation documents to wanda.burton@IHS.gov or via mail to Ms. Wanda Burton, Contract Specialist, Indian Health Service, Division of Engineering Services, and 1301 Young Street, Suite 1071, Dallas, Texas 75202. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 10:00 AM ON August 9, 2005 AT THE FT. DEFIANCE HOSPITAL. THIS IS THE ONLY AUTHORIZED SITE VISIT. Proposals are due by 2:00 P.M. Central Time on AUGUST 26, 2005. Proposals must be delivered to: Mr.William Obershaw, Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Electronic transmission of proposal documents (i.e. e-mail, facsimile) will NOT be accepted. Question concerning this solicitation shall be address in writing only and may be faxed to (214) 767-5194 or sent via email to wanda.burton@IHS.gov. Phone call inquiries cannot be accepted and will not be returned. YOU ARE CAUTIONED TO ADDRESS THE REQUIREMENTS OF THIS ANNOUNCEMENT. HHSI16120050046C
- Place of Performance
- Address: Ft. Defiance, Arizona Navajo Indian Reservation
- Record
- SN00844458-W 20050713/050711211802 (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 |