MODIFICATION
38 -- JOB ORDER CONTRACT - Oklahoma CIty Area
- Notice Date
- 5/7/2009
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 1301 Young Street Suite 1071 Dallas TX 75202
- ZIP Code
- 75202
- Solicitation Number
- HHSI-161-2009-0025
- Response Due
- 5/19/2009
- Point of Contact
- Dan D. Finley, Contract Specialist, Phone 214-767-5255, Fax 214-767-5194, - William Obershaw, CHIIEF CONTRACTING OFFICER , Phone 214-767-3934, Fax 214-767-5194
- E-Mail Address
-
dan.finley@ihs.gov, william.obershaw@ihs.gov
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYSNOPSIS/SOLICITATION: Solicitation No HHSI-161-2009-0025. The Division of Engineering Services under the Indian Health Service (IHS) in support of the Oklahoma City Area Indian Health Service Office, is soliciting highly qualified firms with satisfactory prior experience in performing large volume multiple discipline construction task orders with other public and private organizations for a competitive award of a Job Order Contract to provide construction services for projects at various locations indicated below. A Job Order Construction Contract is a fixed-price, indefinite delivery consisting of a collection of detailed task specifications encompassing most aspects of facilities engineering work. Offers must include two cost coefficients (or multipliers): one for standard work hours and one for non-standard work hours. The 2009 R.S. Means Facilities Construction Cost Data, Masterformat 2004 and the Master Composite Data which is supported by the composite Building Construction, Electrical, Plumbing and Mechanical estimating cost data programs utilizing JOCWorks Professional estimating software, hereinafter referred to as the JOCPG will serve as the basis for estimating the values of the work to be performed on a unit price basis. The Contractor will provide all labor, material, supplies, transportation, supervision, and all other necessary items to complete required work and provide projects usable for their intended purpose. This will include but not be limited to: backhoe, crane, trucks and suitable subsurface drilling/excavation equipment to conduct assessments or foundation investigations, including appropriate survey equipment, all remediation equipment, soli hauling services, backfill and disposal of contaminated soil. Common trades that may be needed include carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, and other trades indentified in the applicable Davis Bacon Act Wade Determination(s). The successful contractor must perform multi-discipline construction, repair and remodeling work using these trade workers. Exclusive of Program Management functions, the Contractor may use subcontractors or consultants identified and approved by the Contracting Officer to perform any of the functions required up to a maximum of 75 percent of the total work under each delivery order issued under the contract. Contract requirements will be incorporated in each delivery order unless otherwise specified. The qualifications of each offeror will be evaluated based on the data submitted to identify the most highly qualified firm. BID BONDS, PAYMENT BONDS AND PERFORMANCE BONDS WILL BE REQUIRED FOR EACH DELIVERY ORDER ISSUED UNDER THE RESULTANT CONTRACT. The estimated project size is between $50,000.00 and $15,000,000.00. The contract period will commence upon the date of contract award and continue for a period of One (1) year (365 calendar days) or until the maximum annual amount ($15,000,000.00) is reached, whichever occurs first. There will be four (4) one-year Optional Performance Periods that the IHS may exercise. This acquisition is unrestricted and for full and open competition. A copy of the solicitation may be obtained by submitting an email or otherwise written request to Mr. John H. Peacock, DES – Indian Health Service, 1301 Young St, Suite 1071, Dallas, TX 75202-5433. Mr. Peacock’s email address is john.peacock@ihs.gov. Requests must include the name of the company, physical street address, telephone number, primary contact name/title and their email address. Questions about this solicitation must be in writing and should also be sent to Mr. Peacock. THERE WILL BE A PRE-PROPOSAL CONFERENCE TO PROVIDE ADDITIONAL INFORMATION ABOUT THIS SOLICITATION IN OKLAHOMA CITY ON APRIL 29, 2009. The Conference location is detailed in the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI-161-2009-0025/listing.html)
- Place of Performance
- Address: Indian Health Service Units supported by the Oklahoma City Area Indian Health Service Office as indicated below: Anadarko Indian Health Center, Clinton Service Unit Watonga Indian Health Center, Claremore Service Unit Carnegie Indian Health Center, El Reno Indian Health Center Kansas Service Unit (Lawrence KS), Holton Service Unit (White Cloud, KS) National Supply Service Center (OKC, OK), Wewoka Service Unit Pawnee Indian Health Center, Lawton Service Unit Haskell Indian Health Center, Tahlequah Service Unit Oklahoma City, OK
- Zip Code: 73114
- Country: US
- Zip Code: 73114
- Record
- SN01811897-F 20090509/090508101129 (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 |