Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1997 PSA#1890

The Hopi Trade, P.O. Box 123, Kykotsmovi, AZ 86039, (520) 734-2441, Ext. 416

C -- ARCHITECT-ENGINEER SERVICES FOR HOPI HEALTH CARE CENTER PROJECT TO BE CONSTRUCTED AT POLACCA, ARIZONA POC Jeremiah LaMesa, The Hopi Tribe, Hopi Health Department, P.O. Box 123, Kykotsmovi, Arizona 86039, Phone (520) 734-2441, Ext. 416. The Hopi Tribe is requesting qualification proposals from firms interesting in providing Construction Phase Services for the Hopi Health Care Center to be constructed at Polacca, Arizona which will consist of approximately 9,257 square meters with an estimated construction cost exceeding ten million dollars. A fixed price contract will be awarded which will require architectural and engineering services for construction contract administration and construction contractor observation services. The proposed construction project will provide a facility for health care services and will include site work, roads, sidewalks, water, sewer, and gas utilities. Award of contract for these services is contingent upon funding availability from appropriations to the Indian Health Service. Selection of the Architect/Engineering firm will be based on the evaluation factors listed below in descending order of priority with evaluation factors (1) and (2) being of equal value: (1) PAST PERFORMANCE on contracts with government agencies and Indian Tribes in terms of quality of work, compliance with performance schedules, and cooperation with Construction Manager (CM) efforts in cost estimating, value engineering, preparation of bid packages for bidding of subcontracts, (2) EXPERIENCE AND QUALIFICATIONS OF PROPOSED KEY PERSONNEL including specialized technical skills, project management skills, and experience in working together as a team, and with Construction Managers, (3) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE in the type of services required, (4) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of the required services, (5) VOLUME AND NATURE OF PRESENT AND PROJECTED WORKLOAD as it relates to the ability to perform the work required, (6) LOCATION IN THE GENERAL GEOGRAPHIC AREA of the project and knowledge of the locality of the project, provided that application of this criterion leaves appropriate number of qualified firms, given the nature and size of the project, (7) COMPUTER ASSISTED DESIGN CAPABILITY and CAPACITY, (8) CAPACITY to accomplish the work in the required time, (9) AVAILABILITY of additional CONTRACTOR PERSONNEL or consultants to support expansion or acceleration of the services, and (10) PROPOSED PLAN FOR COMPLIANCE WITH INDIAN PREFERENCE as required by Section 7(b) of P.L. 93-638. Section 7(b) of P. L. 93-638, as amended, requires that preference opportunities in employment and training be given to Indian/Alaska Native Individuals and preference in award of subcontracts to Indian/Alaska Native economic enterprises. Indian subcontractors shall be identified within submittals to determine compliance with the 7(b) requirement and shall be prequalified in written form by the B.I.A. or by self-certification statement. The order of firms deemed to be most highly qualified shall be established by applying a numerical rating system to the criteria listed above. This Procurement is restricted to qualified Indian owned firms who have offices located in the continental United States. A qualifiedIndian firm (prime, subcontractor or consultant) is a legal business entity which is 51% Indian owned and controlled and has submitted with its offer for this solicitation a completed and current Representation Declaration (B.I.A. Self-Certification) Form. Joint ventures will be considered provided each joint venture is based on the interdependency of members which makes that arrangement viable and desirable for a quality effort. Those qualified Indian Architect/Engineering firms and/or joint ventures meeting the stated limitations and that have the capability and capacity to perform services described in this announcement are invited to respond by submitting with original signature (by the submitting A/E firm(s) two copies of the following: (i.) a letter of intent, (ii.) a completed Standard Form 254 and 255. No other notification for this project will be made and no further action beyond submission of the noted response is required or encouraged. Responses must be received by 4:30 p.m. local time August 14, 1997. Submissions should be mailed to Jeremiah LaMesa, Project Manager, Hopi Health Department, P.O. Box 123, Kykotsmovi, Arizona 86039. This is not a request for a fee proposal. (0197)

Loren Data Corp. http://www.ld.com (SYN# 0038 19970718\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page