|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,2000 PSA#2522Engineering Services -- Dallas, 1301 Young Street, Room 1071, Dallas,
Texas 75202-5433 Y -- CONSTRUCTION MANAGER/GENERAL PRIME CONTRACTOR FOR THE
CONSTRUCTION OF A NEW FOUR CORNERS REGIOANL HEALTH FACILITY AT RED
MESA, ARIZONA SOL RFP/161-00-0012 DUE 031400 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 a new
Four Corners Regional Health Center and Staff Quarters at Red Mesa,
Arizona. This new Health Center facility will be approximately 10,600
gross square meters. The Staff Quarters will have 93 Living Units. The
estimated construction dollar magnitude for the Health Center is
between $20 -- $25 million. The estimated construction dollar magnitude
for the Staff Quarters is between $15 -- $20 million (pending funds
available). 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 purposes
the 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
theBuy Indian Set-aside restriction, i.e., offerors who are currently
certified by Indian Health Service (IHS) or Bureau of Indian 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 contractor will serve as the
Prime Contractor and will be a member of the construction team
consisting of the A&E Design Firm, the Contractor, and the Government
for the construction of the New Four Corners Regional Health Center and
Staff Housing Facilities at Red Mesa, Arizona. 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
evaluations 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 assorted housing 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 assorted housing 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 14,
2000. THIS IS NOT A REQUEST FOR PROPOSALS NOR WILL A SOLICITATION BE
ISSUED. Posted 01/21/00 (W-SN417398). (0021) Loren Data Corp. http://www.ld.com (SYN# 0064 20000125\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|