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