SOLICITATION NOTICE
Y -- REGIONAL YOUTH TREATMENT CENTER
- Notice Date
- 3/1/2006
- Notice Type
- Solicitation Notice
- 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, TX, 75202
- ZIP Code
- 75202
- Solicitation Number
- HHSI161200600037C
- Response Due
- 4/4/2006
- Archive Date
- 4/19/2006
- Description
- INDIAN HEALTH SERVICE, YOUTH REGIONAL TREATMENT CENTER, WADSWORTH, NEVADA The Indian Health Service, Engineering Services, Dallas, is seeking a highly qualified Construction Management Firm to assume management functions for the construction of a new fully functional 1,664 Sq. meters treatment center. The center will include a 16 bed patient living area, recreation, and social space, public and support space and treatment areas. Work shall include site work including roads, walks, utilities and other infrastructure, landscape work and complete construction of the facility involving typical construction trades. Construction Management Firm shall be responsible for satisfactory construction of the project in complete compliance with all plans and specifications developed. The selected Construction Management Firm will be a member of the construction team consisting of the A/E Design Firm, the YTC steering committee and the Government. The contract will be in two parts. Part A: As a team member, the Construction Management Firm 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 that will be broken down by specialties, leading to the development of an acceptable guaranteed maximum project price. Making recommendations on value engineering type changes assist in preparing the construction schedule and other associated tasks for construction of this project. Part B: The selected Construction Management Firm must provide all management services that include but are not limited to: supervision, labor, materials, supplies and equipment, transportation, and must plan, schedule, coordinate and assure effective performance of construction to meet the project requirements. With general oversight by the Government, the Construction Management Firm will 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 in compliance with the developed design specifications, drawings and the provisions of the contract. SET-ASIDE REQUIREMENTS: (1.) This is project is set-aside under the Buy Indian Act for firms that are at a minimum 51 percent Indian owned, controlled, and operated. In accordance with the Public Health Service Acquisition Regulation (PHSAR) Paragraph 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 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 qualification=s requirement of the Buy Indian set-aside restriction, (i.e., currently certified by the Indian Health Service (IHS) or the Bureau of Indian Affairs (BIA) as an Indian Firm) certifications (Tribal Affiliation and Degree of Indian Blood) must be submitted with their Offer Qualifications Statement. Offerors who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the Buy Indian Act. Joint ventures are acceptable as long as the Indian owned firm is the managing entity. A copy of the Joint Venture Agreement shall be submitted with the Qualifications Statement. ( 2). This solicitation will not be set-aside for small business and is being made under the Small Business Competitiveness Demonstration Program and is open to both small and large business meeting the requirement listed above. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction 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 Part B 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 $4M. Actual bonding requirements will be established when the final guaranteed maximum price is established. Bonding requirement will not be waived and the Construction Management Firm must be able to bond the project including higher amounts if needed. METHOD OF SELECTION: 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. The qualifications submitted by each firm will be reviewed and evaluated by a selection board to identify the most highly qualified firms. The top ranked 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. When responding to this announcement, firms should fully address their capability and qualifications with regard to each of the following evaluation factors. Prime contractors assembling a team are cautioned that the evaluation will be based on the team, not just the prime firm. The Technical Evaluation Factors in descending order of importance are: (1) EXPERIENCE AS A CONSTRUCTION MANAGEMENT FIRM - PAST PERFORMANCE ON 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 5 years. 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. Experience in working with local utility authorities, including authorities having jurisdiction including city, counties, and tribal government entities in and around the location of the subject project. Provide reference that may be contacted. ? (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT: Professional qualifications of project managers, superintendents, estimator, schedulers, quality control, and construction inspectors including professional registration, education, training, technical competence and skills as they relate specifically to management and planning including critical path scheduling, fast track and phased construction experience on similar size projects. Give specific experience with development of guaranteed maximum price at the A/E design development stage. Individuals submitted for evaluation may not be switched or changed and must be used in their capacity on the project. (3) QUALITY CONTROL/QUALITY ASSURANCE/ SAFETY EXPERIENCE DURING CONSTRUCTION PHASE: Describe specific safety and quality control initiatives and plans for this project. Provide information on your firms QA/QC procedures to ensure plans and specifications are 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 the 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) 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 offer or submitting the proposal determined by the Government to be the most advantageous to the Government. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR MARCH 23, 2005 09:30 AM LOCATION: RENO HILTON HOTEL, 2500 E. Second St., Reno Nevada. (Check with hotel for exact room location.) General available information on the project will be provided including review of CM proposal requirements and qualifications submittal requirements. A site visit is scheduled for 1:30 PM at the proposed construction site in Wadsworth, Nevada, to afford contractors the opportunity to view the proposed construction site and all existing conditions and elements. THIS IS THE ONLY AUTHORIZED SITE VISIT AND THE SITE WILL NOT BE AVAILABLE AT OTHER TIMES. Plans, specifications for this project are under development and not available at this time. Question concerning this solicitation shall be sent via email only to William.obershaw@ihs.gov. Proposal packages are due by 2:00 P.M. Central Time on APRIL 4, 2006... Original signed proposals must be delivered to Mr. William Obershaw, Chief of Contracting Office, 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. Phone call concerning this solicitation will not be accepted and will not be returned.
- Place of Performance
- Address: WADSWORTH, NEVADA
- Record
- SN00996807-W 20060303/060301212004 (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 |