Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2015 FBO #4820
SOURCES SOUGHT

Y -- Small Business Sources Sought - Fort Yuma Health Care Center

Notice Date
2/2/2015
 
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
15-102-SBSS-01
 
Archive Date
2/18/2015
 
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
N/A
 
Description
15-102-SBSS-01 (unique source selection number - not the same as the solicitation number, if solicited later on FBO) Fort Yuma Health Care Center Construction The Indian Health Service (IHS) is seeking to gain knowledge of interest, capabilities and qualifications for firms that qualify under the Small Business Programs per the Federal Acquisition Regulation (FAR) Part 19 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. THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES ONLY, to identify potential valid sources and to gauge the business interest of SMALL BUSINESS construction firms under NAICS 236220, Commercial and Institutional Building Construction with a size class of $36.5 million for construction services intended for the construction of a new 1-story, 7088 GSM Health Care Center on a 3.75 hectare (9.3 acre) parcel that is located in Winterhaven, CA (near Yuma, AZ) on the Fort Yuma Indian Reservation. The building shall be constructed as a traditional design-bid-build (not a design build) delivery method and in accordance with the construction documents (CDs) developed by an A&E design firm. The building to be constructed, from the solicitation/contract construction documents, will be energy efficient and have sustainable design components, as well as significant renewable energy components. The new Health Care Center will achieve a minimum U.S. Green Building Council (USGBC) Certification of LEED Silver, while seeking a LEED Gold Certification. The Government's interests will be represented by a Construction Contract Administrator (CCA) and a Commissioning Agent (CxA). The work includes: civil, site, and utility construction; foundation construction; a minimum LEED rating of Silver; national and local code compliance; mitigation of storm water runoff; complete building structure; architectural features and finishes; landscaping; mechanical, electrical and plumbing (MEP) specialties; interior finishes; equipment acquisition, commissioning and installation; specialty systems (telecommunications, nurse call system, fire alarms, security systems, etc.); operator training and all other features needed for a successful installation. The estimated construction price range is between: $25 and $30 million. The roughly estimated start work time projected at this time is late fall (Nov-Dec) 2015. The estimated performance time is: One year after Notice to Proceed. The determination of acquisition strategy, type of set aside if utilized, is solely with the government and will be based on this market research and other information available to the government from other sources. HOW TO RESPOND. Interested firms should submit a statement via email only of no more than five (5) pages demonstrating the ability to perform work described in this notice. Send email with statement attached in PDF to William.Standley@ihs.gov. Please type 15-102-SS-01 in email subject line. Responses without this specific subject line may not be considered. Again, we are seeking eligible Small Business information only. Emails with attachments longer than five pages, or cluttered with live links and excess "promotional" material may be rejected. Emails from other than Small Businesses will be deleted. Statements should include the following information: 1. Company name as registered in SAM, address and business size under NAICS 236220. (Note - the Government will also confirm in SAM) 2. Identify small business type, if applicable (HUBZone, VOSB, SDVOSB, WOSB, 8(a), etc). (Note- the Government will also confirm in SAM) 3. Provide firm's project bonding limit and total aggregate bonding capability available to perform the required work. 4. Demonstration of the firm's Experience as a Prime Contractor by providing a minimum of 3 references on projects of similar size, type and complexity with emphasis on healthcare facility construction within past five years. List the following: ---4.A Project Name, Location, Detailed Project Description, Initial Cost Estimate, Actual Final Cost, what portion of the work was self-performed and number of and type of sub-contractors managed on the project. ---4.B Note any experience with acquiring the acquisition on a cost plus fixed fee basis of attendant medical equipment and Fixed Furniture and Equipment (FF&E) while integrating those into a constructed healthcare facility. (Med Equipment and FF&E may be specified by A&E firm of record and IHS as part of solicitation/contract.) 5. Experience with working on construction projects located on Indian Reservations and working with culturally diverse stake holders. Due date for responses is: February 17 close of business, 2015 - notice will be archived Feb. 18th. Responses after Feb. 17, 2015 may be disregarded. All interested sources should respond to any future solicitation announcements, if this project becomes an actual solicitation, separately from responses to this notice that will be archived on FBO upon its closing date. Any future solicitation posted on FBO related to this project will have a different, standalone solicitation number therefore we advise setting the IHS Seattle DES FBO site for keeping track of if and when the standalone solicitation's pre-solicitation notice is issued. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. No telephone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/15-102-SBSS-01/listing.html)
 
Place of Performance
Address: Fort Yuma Indian Reservation, Winterhaven, California, 92283, United States
Zip Code: 92283
 
Record
SN03630312-W 20150204/150202234415-97d156f565eab0d3420812aa4ec1f394 (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.