SOURCES SOUGHT
Y -- New Building at the Yakama Heath Care Center
- Notice Date
- 2/12/2009
- Notice Type
- Sources Sought
- 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
- IHS021209
- Response Due
- 3/6/2009
- Archive Date
- 3/13/2009
- Point of Contact
- Casey B. Lafran,, Phone: 206-615-2462, Abram Vinikoor, Phone: 206-615-2533
- E-Mail Address
-
casey.lafran@des.ihs.gov, abram.vinikoor@ihs.gov
- Small Business Set-Aside
- N/A
- Description
- The Indian Health Service is conducting market research to identify potential sources for design and construction of a new office building in Toppenish, WA, on the Yakama Indian Reservation, approximately 145 miles east-northeast of Portland, Oregon. Please note that this is not a request for proposals and the Government is only seeking information for planning purposes. This project involves design and construction, or manufacture and installation, of a 5000sqft stand-alone building at the Yakama Comprehensive Health Care Center, including site work and utility work. There are pre-existing water/sewer utilities, power and parking spaces at the site therefore site development will be minimal. Options for the building type may be either a permanent type modular building or a stick built. Initial conceptual design work has been completed and the Contractor shall work with the government to refine the conceptual design drawings and produce an architectural plan set to meet the facility needs. The Contractor shall be responsible for manufacturing and installing, or constructing, a new building that complies with the specifications of the architectural plans. Primary use of the new building will be for office space—a business office, administration staff, health heart programs, and the public health nurses office. Requirements the building will include some or all of the following: -Sustainability Features- Recycle/salvage at least 50% of non-hazardous construction debris Use building products with a post-consumer and pre-consumer recycled content Use building products or materials that have been extracted, harvested or recovered, as well as manufactured, within 500 miles of the project site for a minimum of 10% (based on cost) of the total materials value Use rapidly renewable materials Incorporate at least 40% of wood-based materials and products certified under the Forest Stewardship Council’s (FSC) Principles and Criteria. Use of Low Emitting VOC products in adhesives, sealants, composite wood, carpets and paints Erosion control during site work Modify existing irrigation systems Landscape native and/or drought tolerant -Energy Efficiency- Advanced energy saving insulation values for walls, roof and floors Efficient and effective specification of fenestration Energy Efficient lighting with day lighting controls and occupancy sensors Water Sense labeled fixtures ENERGY STAR rated appliances or equivalent Improved indoor air quality ventilation and heat recovery when appropriate HVAC mechanical thermal controls tied into Yakama Clinic Facility Management DDC control system -Architectural Features- Metal roof, sloped Approach and entryways to the building and awning LEED certification is NOT a requirement of this project. The Contractor shall incorporate in design, to the best extent feasible, goals to optimize energy performance, protect and conserve water, enhance indoor environmental quality and reduce the environmental impact of materials. Commissioning services are required throughout the design and build/manufacture process, and will include coordinating inspection and testing of all interacting building systems, fire alarm system, HVAC mechanical systems, fire sprinklers and lighting control system. The budget amount to accomplish the design and construction for this project is $750,000. The NAICS for this procurement is 236220 with a Small Business size standard of $33,500,000.00. All interested Contractors who feel they are qualified for this work are encouraged to reply. Submit a letter of interest to Casey Lafran at casey.lafran@ihs.gov by March 6, 2009. Include the following information with your letter: 1. The name and location of your firm, a brief description of the firm’s history and capabilities, and contact information for the primary point of contact. 2. A brief narrative on three projects that you feel demonstrates your firm’s experience in providing economical, energy-efficient office space of similar size and scope. 3. Based upon the size standard, provide your business size and status: Large Business, Small Business, Indian or Native owned, Small Disadvantaged, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, 8(a) Contractor, or HubZone. 4. What is the current and anticipated bonding capacity of your firm? 5. Summarize how your firm would accomplish a project of this nature, including the sustainability, energy efficiency, and architectural features.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=995976064f2b3f83934c8c67f602aa5d&tab=core&_cview=1)
- Place of Performance
- Address: Toppenish, WA, Yakama Indian Reservation, Approximately 145 miles east-northeast of Portland, Oregon, Toppenish, Washington, 98948, United States
- Zip Code: 98948
- Zip Code: 98948
- Record
- SN01749444-W 20090214/090212215558-995976064f2b3f83934c8c67f602aa5d (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 |