Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
MODIFICATION

Y -- Two-Phase Design Build - Renovation of North Annex – Wewoka Indian Health Center

Notice Date
6/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
 
ZIP Code
98121
 
Solicitation Number
14-102-SOL-00012
 
Point of Contact
William Standley, Phone: 206-374-7302, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
william.standley@ihs.gov, Paul.Reed@ihs.gov
(william.standley@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
14-102-SOL-00012 Renovation of North Annex - Wewoka Indian Health Center - TWO-PHASE DESIGN BUILD This modification changes the pre-solicitation notice from a proposed Invitation for Bids (IFB) into a TWO PHASE DESIGN-BUILD (DB) under FAR Part 36.3. The transition to a Two Phase Design-Build is made because the construction contract documents, specifically final approved design with drawings/plans and specifications, are not complete. Hence, using the Subpart 36.3 FAR design-build procedures is the appropriate process. The Two-Phase procurement process for the Design-Build Contract will be based upon evaluation criteria developed pursuant to Federal Acquisition Regulation (FAR) Subpart 36.3, Two-Phase Design-Build Selection Procedures and FAR subpart 15.3, Source Selection Procedures. This notice does NOT constitute a request for qualifications, request for proposal, request for quote, or an invitation for bid. BUY INDIAN SET ASIDE In accordance with 25 USC 47, this acquisition is set aside exclusively for Native American owned firms (small businesses). The contractor is required to submit proof of eligibility by showing that least 51% of the business is owned and operated by an American Indian or Alaskan Native individual. The proof of Indian ownership documentation shall be provided with the response to Phase One and shall be considered as part of the determination of responsiveness. NAICS - 236220 Commercial and Institutional Building Construction. $33.5 million size class. LOCATION Wewoka Indian Health Center 36640 U.S. Hwy 270, Wewoka, OK 74884 DESCRIPTION The building was originally constructed in 1977 by the Seminole Nation Tribe of Oklahoma for the Bureau of Indian Affairs (BIA). The building is located on the north campus of the Wewoka Indian Health Center. The interior of the building is currently in a shell-space condition and is unoccupied. The North Annex, after renovation, will house administration, contract health services, information technology, health information management, business office and other health discipline support staff. The contractor shall advance the design/complete the construction documents and build to complete the interior renovation of a 6,552 GSF (approximately 52' X 126') building. The IHS has an approximate 10 (ten) percent design drawing and a substantial outline of technical specifications by division with basis of design material selections. The IHS has detailed most of the ingredients for the development by a design-builder of the final construction plans and documents in which the actual construction will follow by the design-builder. The construction work will consist of renovation of an existing building shell (566.9 square meters) including but may not be limited to - Deliver interior build-out of existing building for a completely finished, fully functioning facility including walls, floors, ceilings, office and cubicle spaces, bathrooms, entry, supply, mechanical and IT rooms; Cut existing conduit and level floors; Provide HVAC ducting and DDC controls including inspection, testing of and connection to existing RTUs; Provide electrical power and controls including lighting and security access for doors; inspect and test existing panel, and connect to pad mounted transformer (transformer by others); Provide low voltage power including conduit, wire, cable trays, and appurtenances necessary for connection to equipment, IT and security access doors; Install required data line between building and Health Center IT room; Saw cut existing asphalt and concrete, excavate, trench, install conduit and cable, backfill and compact soil and patch asphalt and concrete. Seal penetrations and provide minor exterior improvements as required to prevent air and water leaks. Contractor to coordinate all work, provide as-built drawings, O&M manuals and train staff on MEP systems. Optional Design-Build Features: 1. Provide a fully sprinkled fire protection system and all plumbing including connection to water, sewer and storm systems. 2. Extension of the 6-inch water main across the parking lot to the existing health center and the installation of one hydrant. Note option two requires cutting and patching asphalt. PERFORMANCE PERIOD The estimated start work date for this project is late summer or early fall of 2014 with an estimated period of total performance time to completion of 150 days inclusive of 45 days for design. PROJECT MAGNITUDE ESTIMATE Between $500,000 and $1,500,000 NO ORGANIZED SITE VISIT No organized site visit will be conducted for the first phase of the two phase design build source selection process. SOLCITATION for PHASE ONE Phase One Solicitation - Request for Qualifications (RFQ) will identify those firms which are most highly qualified as evaluated on experience, past performance, and capability. Firms that wish to be considered for Phase One shall provide submittals in accordance with instructions in the Phase One solicitation which will be posted on or about June 11, 2014. Responses to Phase One are anticipated to be due 30 days from its posting date. It is anticipated that a maximum of three (3) firms will be selected for consideration for Phase Two - Request for Proposals (RFP). IHS intends to award a firm-fixed price competitive acquisition using the best-value trade-off process as the award basis for Phase-Two. FED BIZ OPPS (FBO) The Phase One solicitation, Request for Qualifications, will be available by download from the Internet via FBO only. Prospective responders to Phase One are responsible for monitoring the FBO website to be current with any amendments. Hard copy documents will NOT be supplied by the Government to any interested parties as a result of this solicitation. An efficient way to monitor is to utilize the "Watch This Opportunity" function in FBO to receive automatic notifications of changes but you must be a registered user in FBO to do this. SYSTEM FOR AWARD MANAGEMENT Prospective offerors are required by the FAR to be registered in the System for Acquisition Management (SAM) (www.sam.gov). SAM is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the FAR required representations and certifications previously found in Solicitations. With SAM, vendors now have the ability to enter and maintain their representation and certification information. Vendors will need to review and/or update the SAM record when changes are necessary; annually to maintain an active status. Prospective offerors needing assistance with SAM should contact their local Procurement Technical Assistance Center (PTAC) http://www.aptac-us.org/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/14-102-SOL-00012/listing.html)
 
Place of Performance
Address: 36640 U.S. Hwy 270, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN03386638-W 20140607/140605235049-4b01c0e363862ffb1c6fb3d075bf7ac5 (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.