Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2008 FBO #2585
SOURCES SOUGHT

Y -- MODULAR OFFICE BUILDINGS

Notice Date
12/22/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
 
ZIP Code
75202
 
Solicitation Number
HHSI161200900017C
 
Response Due
2/10/2009
 
Archive Date
2/25/2009
 
Point of Contact
William Obershaw,, Phone: 214-767-3934, John Peacock,, Phone: 214-767-6613
 
E-Mail Address
william.obershaw@ihs.gov, john.peacock@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS) Engineering Services Dallas, in support of the Tucson Area Indian Health Services is seeking a highly qualified firm for the construction and installation of 2 (Two) 24'x60' Modular Offices Buildings to be installed at the Sells Indian Health Service Hospital located on the Tohono O’odham Indian Reservation, Sells, Arizona The Hospital is a 34-bed healthcare facility which operates 24 hours-a-day, seven-days-a-week. The Government will be occupying the building during work. The Contractor shall complete operations in a manner that will not disrupt patients and normal hospital operations. The Contractor shall be sensitive to the hospital setting; unnecessary noise shall be kept to a minimum. The Contractor shall coordinate with hospital staff regarding initially entering new work areas; patient privacy is a top priority. The project phasing shall be coordinated with the Project Officer. This project is to provide (Two) 24'x60' Modular Offices Buildings constructed as described in the specifications and Drawing. Standard setup to include treated wood pad and steel pier foundation, access hatch to crawlspace, leveling, wood shims, earth anchoring, and trim out including siding to enclose the crawlspace under the modular. Double glass doors will be considered the front and shall be installed flush with existing concrete platform, (approximately 32-inches). All utilities, site preparation, and site restoration will be performed by Owner, contractor to provide stub-outs to the exterior of the building. Front and back steps and ramps will be provided by Owner. The Contractor will provide all equipment, supplies and labor to construct a complete and operational system as described in the scope of work. The Contractor should field verify all provided information BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS: 236220 Commercial and Institutional Building Construction. The estimated project size is between: $100,000 and $300,000 The total contract performance period will be 90 calendar days. Solicitation No: HHSI16120090017C 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. 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)PAST PERFORMANCE CONTRACTS OF SIMILAR SIZE. SCOPE. AND COMPLEXITY WITH GOVERNMENT AND PRIVATE INDUSTRY. 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. 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. (2)PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE Professional qualifications of project managers, superintendents, estimator, quality control, and construction inspectors including professional registration, education, training, technical competence and skills as they relate specifically to medical projects. 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 are complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. (3) MANAGEMENT PLAN: Proposed project approach, construction method to accomplish contract requirements including teaming planning between contractor/sub¬contractors, the designer of record and Government representatives. Cost management, critical path scheduling, value engineering and fast track experience must also be presented for consideration. Individuals submitted for evaluation may not be switched and must be used in their capacity on the project. Past Performance Evaluation Factors Award value is 50% percent and Price value is: 50 % Percent. The Government shall consider this information as well as information obtained from other sources when evaluating the Offerors past performance. 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 Offeror 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 Offeror not being rated on the past performance factor. An Offeror, who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. The Offerors are reminded that the Contracting Officer shall determine the relevance of similar past performance information. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offerors; to award the contract to other than the lowest total price; and to award to the offerors submitting the proposal determined by the Government to be the most advantageous to the Government. Offerors are to submit pricing as outlined in Section B of the solicitation documents. Offerors are cautioned not to qualify their proposal, to submit only pricing in complete compliance with what is asked for in the plans and specifications issued. Failure to do so will result in the proposal being rejected. Discussions may or may not be held; therefore, offerors should present their best and final pricing at the time of submission of their offers. Solicitation documents will be available on or about December 28, 2008. A copy of the proposal documents may be obtained by submitting a written request to Mr. John Peacock, Procurement Assistant at John H. Peacock@ihs.gov. (214) 767-6613. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 11:00 AM ON January 29, 2009 at Sells Indian Health Service Hospital. Tohono O’odham Indian Reservation, Sells, Arizona THIS IS THE ONLY AUTHORIZED SITE VISIT AND ACCESS TO THE SITE WILL BE MADE AVAILABLE AT OTHER TIMES. CONTRACTORS SHOULD HAVE ALL SUBS AND SUPPLIERS ATTEND THIS MEETING. SUBMITTAL REQUIREMENTS: Offeror’s Qualification Statement may be supplemented. One original with original signature and four copies (total of 5) must be submitted. Submittal packages must be on 8” x 11 1/2” paper in neat orderly presentation folders with the name of the firm and project title on the cover page. Type size and font should be 12 point Times New Roman for ease of reading. Unnecessarily long proposals are discouraged and only pertinent information addressing each of the evaluation factors is required. Proposals are due by 2:00 P.M. Central Time on FEBRUARY 10, 2009. 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 sent via email to william.obershaw@IHS.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9139b8d7756a086f799c074312629258&tab=core&_cview=1)
 
Record
SN01722855-W 20081224/081222215029-9139b8d7756a086f799c074312629258 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.