Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
MODIFICATION

Y -- Design and Construction of a Seven Chair Dental Clinic for the Phoenix Indian Medical Center, Phoenix, Arizona

Notice Date
5/21/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HHSI161200700039C
 
Response Due
6/1/2007
 
Archive Date
6/16/2007
 
Point of Contact
Bonnie Hicks, Contract Specialist, Phone 214-767-8587, Fax 214-767-5194, - John Peacock, Procurement Assistant, Phone 214-767-6613, Fax 214-767-5194,
 
E-Mail Address
bonnie.hicks.@des.ihs.gov, John.Peacock@ihs.gov
 
Description
NEW BID DATE IS JUNE 1, 2007, BIDS MUST BE RECEIVED BY 2:00 PM CENTRAL STANDARD TIME. DESIGN AND CONSTRUCTION OF DENTAL CLINIC- SOURCE SELECTION FOR INDIAN HEALTH SERVICE, Engineering Services Dallas, in support of the Phoenix Area Indian Health Service Office, project location is at Phoenix Indian Medical Center, Phoenix, Maricopa County, Arizona Solicitation HHSI161200700039C) DESCRIPTION OF WORK: The work covered by these specifications will be constructed at the Phoenix Indian Medical Center, Phoenix, Maricopa County, Arizona. The work will include, but not be limited to: furnishing all plant, labor, tools, equipment and materials and performing all operations in connection with the construction and installation of a dental clinic facility as required by this Performance Based Scope of Work. The contractor has options on determining the best methodologies for construction so long as the intent of the specification is met or exceeded. The contractor shall declare any deviation from this Scope of Work with their bid submittals. Work shall include the building as shown on the drawings and as described in this Scope of Work & Specifications, but not limited to the following items: 1. Design calculations, construction working drawings and shop drawings based upon the IHS floor plans and elevations provided in this contract. 2. The Contractor shall obtain all required government approvals, permits and licensing for pre-engineered building and pay all applicable fees as required. 3. The Contractor shall be responsible for site preparations, earthwork, paving, surfacing and utilities piping, etc., as per information provided in the drawings. 4. The Contractor shall verify all existing field conditions and measurements prior to foundation and building construction/installation. Design shall include, site planning and drainage engineering, roads, walks, utilities and other infrastructure civil engineering, landscape design, architectural building design, structural engineering for buildings and other structures, mechanical engineering for building plumbing and HVAC systems, electrical engineering for building systems and site lighting, interior design, and any and all other architectural and engineering tasks as required for a complete project. The Indian Health Service will provide specification and drawing packages to the contractor which shall be used as minimum requirements. The contractor will be required to design a complete building package providing the most amenities possible within the budgeted funds available conforming to the drawings and specification. Pricing will be established as designing within fee limitations and the final construction lump sum price will be negotiated. Contractors will be allowed a 3% contingency in their final price for unexpected costs or cost overruns. Approval of use of the contingency funds will be thru the Contracting Officer. At the conclusion of the project unused contingency monies will be divided 50/50 between the Government and the contractor. Project funding are immediately available to start construction therefore all discounts should be sought. To obtain maximum price advantage, advance payments for material maybe authorized by the Contracting Officer. The estimated project size is in excess of $700,000.00 dollars for both design and construction. Additional funding is not available. Our intent is to build a building obtaining the most we can with the money available. 1. Bid Bonds will not be required to be submitted with proposals 100 Percent Payment and Performance bonds will be required once the final negotiated price is established, within10 days from notice of award. NAICS CODE IS 236220 Commercial and Institutional Building Construction. This procurement is being advertised on an unrestricted basis, without set-asides. Therefore, offers will be accepted from all responsive and responsible small and large businesses. EVALUATION FACTORS: 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 and the three phases listed below: 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. Prime Contractors assembling a team are cautioned that that the evaluation will be based on the team, not just the prime firm. 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 Offerors who has no relevant experience will be given the mid-point rating of the maximum possible score allowed for past performance. PHASE I OF SELECTION ?PAST PERFORMANCE (25%) The formal qualifications of each firm must be submitted on the OFFERORS QUALIFICATION STATEMENT FORM CONTAINED IN THE SOLICITATION DOCUMENTS. Additional pages as necessary may be added to this form as needed. . The following factors must be fully addressed: (1) PAST PERFORMANCE EXPERIENCE: Past performance on contracts with Government entities including Native American organizations, tribal governments, federal agencies, i.e., Indian Health Service and Bureau of Indian Affair, including Federal, State, and local government and private enterprises. Offerors are required to identify past or current contracts for efforts similar to the current Government requirements in this solicitation. Elaborate on projects that have been completed in the last 3 years. Provide reference that may be contacted. (2) PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF THE PROPOSED STAFF FOR THIS PROJECT & MANAGEMENT PLAN: Professional qualifications of project managers, superintendents, estimator, quality control, and construction inspectors. 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; Fast track experience must also be presented for consideration. (3): 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 are complete and accurate, including coordination of drawings between disciplines. Show how firm ensures applicable codes and standards are met in the design. 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. PHASE II OF SELECTION FACTORS-DESIGN REQUIREMENT (25%) Using the provided plans and specifications as a guide line, the contractor shall submit complete schematic drawings for evaluation by the Government. Drawing should include the most amenities that can be provided within the funding available... Deviation from the material specification maybe submitted if a cost savings can be realized as long as the material complies with the salient features mentioned in the specifications. Contractors will be ranked and rated on the best design submitted, conforming to the minimum requirements and within the funds available. PHASE III OF SELECTION PRICE EVALUATION FACTORS: (50%) Contractor?s will be required to submit a detailed cost break down of their proposed price broken down into line item prices for each specific division as specified in the Uniform Classification System Master Format published by Construction Specification Institute, parts one thru sixteen. Overhead, direct home office and field, profit and overhead, incidental costs and any other costs shall be broken down and listed for analysis by the Government. Option items will be evaluated as to reasonableness of price and may be added or deducted at any time of negotiations or during the term of the contract as and if additional funds become available. Proposals submitting a lump sum price without a breakdown will be rejected. Offerors are advised that an award may be made without discussion, exchanges or any contact concerning the proposals received; therefore, offerors should present their best and final price at the time of submission. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. 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. A PRE-PROPOSAL CONFERENCE IS SCHEDULED FOR 1:00 PM MAY 3, 2007 at the Phoenix Indian Medical Center, Phoenix, Arizona. Contractors will have an opportunity to discuss the project with the Government personnel, review the site, have the proposal requirements explained and ask questions for clarification. THIS IS THE ONLY AUTHORIZED SITE VISIT and pre-proposal meeting. Solicitation documents, plans and specification will be available on or about APRIL 26, 2007 and will be furnished by e-mail or CD-Rom to interested parties at no charge, limited to one set. Paper documents are not available. To obtain solicitation document interested parties may submit a written request by e-mail only: to: Mr. John Peacock, Procurement Assistant, Indian Health Service,@ John.Peacock@ihs.gov . Proposals are due by 2:00 P.M. Central Time on MAY 22, 2007. Proposals must be delivered to: Ms. Bonnie L. Hicks, Contracting Officer, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Offerors are to submit 5 copies, one original with original signatures and so marked and four copies. Refer to Section L of the solicitation for further instructions and submittal requirements. Electronic transmission of proposal documents (i.e. e-mail, facsimile) will NOT be accepted. Only hard documents. Questions concerning this solicitation shall be address in writing and must be submitted via e-mail to William.Obershaw@ihs.gov. Phone call inquiries cannot be accepted and phone calls will not be returned. YOU ARE CAUTIONED TO FULLY ADDRESS THE REQUIREMENTS OF THIS ANNOUNCEMENT TO BE CONSIDERED FOR AWARD.
 
Place of Performance
Address: Phoenix Indian Medical Center, 4212 N. 16th St., Phoenix, Arizona
Zip Code: 85016
Country: UNITED STATES
 
Record
SN01299257-W 20070523/070521220338 (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.