Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2014 FBO #4495
SOURCES SOUGHT

Y -- Southern California Youth Regional Treatment Center

Notice Date
3/14/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
 
ZIP Code
75202
 
Solicitation Number
14-161-SOL-00010
 
Archive Date
4/26/2014
 
Point of Contact
Kenneth G. Truesdale, Phone: 2147673934, Robyn L. Red Tomahawk, Phone: 2147673492
 
E-Mail Address
kenneth.truesdale@ihs.gov, robyn.redtomahawk@ihs.gov
(kenneth.truesdale@ihs.gov, robyn.redtomahawk@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of interested sources especially small businesses including: 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone) Small Business, Women Owned Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), and Veteran Owned Small Business. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. Description/Scope of Work: The Department of Health and Human Services/Indian Health Service (IHS) anticipates an acquisition for construction of the Southern California Youth Regional Treatment Center. This facility will provide residential healthcare services for American Indians and Alaska Native youths, ages 12 to 17, who have a substance abuse disorder as primary diagnosis. Youth may have a mental and/or personality disorder as secondary diagnoses. This facility will consist of two free standing buildings totaling 35,455 square feet situated on 18+ acres located at 39990 Faure Road, Hemet, California 92544. This facility will include 16 double rooms for routine residential treatment, 6 single rooms for close observation, five suites for family treatment (3 one-bedrooms and 2 two-bedrooms), educational rooms, indoor recreational areas, administrative offices, and dining facility. The facility will include recreational facilities, cultural and ceremonial areas, site circulation, parking, and access road. This facility will be constructed to obtain as a minimum Silver Rating under the U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED). The sub-category North America Industry Classification System Code (NAICS) is 236, which is Construction of Buildings. Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction/maintenance projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company name, address, point of contact with verifiably correct telephone number and email address. 2. Company business size, including any official teaming arrangements as a partnership or joint venture. If applicable, company documentation shall include verifying status as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (HUB-Zone) small business, services disabled veteran owned small business, or veteran owned small business. 3. Details of four (4) similar projects completed within the last six 10 years that are relevant to the work that will be required under this project. Firms should include the following information for each of the four (4) similar projects. a. State whether the firm acted as the Prime Contractor or Subcontractor. b. Dates of construction for the four (4) projects. c. All projects shall demonstrate the installation of mechanical, electrical, and/or plumbing systems affectively integrated into the historic fabric of the project in conjunction with the required preservation of interior finishes. d. Project references (including owner with telephone number and e-mail address). e. Project cost, term, and complexity of job. f. Information on the firm's bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES. g. Are you familiar with the State of California's environmental requirements and seismic construction requirements? Have you done construction projects in the state of California? h. Usage of insulated concrete forms (ICF) construction I. Usage of building information modeling (BIM), specifically REVIT, and construction operations building information exchange (COBie) electronic documentation. Projects are considered "similar" to the anticipated procurement project when they meet the following characteristics: 1. Project was completed six years prior to TODAY'S DATE. 2. The project was for construction; 3. At least one project's final construction cost (inclusive of modifications) exceeded $12,000,000. E-MAIL RESPONSES ARE REQUIRED BY APRIL 11, 2014. Electronic versions of your capabilities statement, ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Kenneth Truesdale, email: Kenneth.Truesdale@IHS.gov. Please send a courtesy copy to Robyn.Redtomahawk@ihs.gov. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential sources particularly Small Business Sources. The Government will not reimburse responders for the cost of the submittals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/14-161-SOL-00010/listing.html)
 
Place of Performance
Address: 39990 Faure Road, Hemet, California, 92544, United States
Zip Code: 92544
 
Record
SN03311720-W 20140316/140314235059-57a92b7d42883c586300fa8636fec75e (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.