Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2016 FBO #5426
SOLICITATION NOTICE

Y -- Two-Phase Design Build Construction Contract for the Northern California Youth Regional Treatment Center (NCYRTC)

Notice Date
9/29/2016
 
Notice Type
Presolicitation
 
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
HHSI6117R00001
 
Point of Contact
Jenny J. Scroggins, Phone: 2147898164, Paul J Reed, Phone: 2066152504
 
E-Mail Address
jenny.scroggins@ihs.gov, Paul.Reed@ihs.gov
(jenny.scroggins@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: Two-Phase Design Build Construction Contract for the Northern California Youth Regional Treatment Center (NCYRTC) Description: This is a Presolicitation notice. The RFP will be available on or around 14 October 2016, on www.fbo.gov, under this solicitation number: HHSI6117R00001: The proposed contract listed here is 100 percent set-aside for Small Business concerns. The Government will only accept offers from certified Small Businesses. All other firms are deemed ineligible to submit offers. Authority: IHS/OEHE/DES is issuing this synopsis in accordance with FAR Part 5.204 Presolicitation Notices. Purpose: The IHS is soliciting proposals for a design build, firm-fixed price construction contract to provide comprehensive design and construct a new 36,000-38,000 square foot residential treatment center that will serve American Indian/Alaska Native (AI/AN) adolescents who are experiencing life struggles with alcohol and substance abuse. The location requires access by the Tribes it serves, IHS staff and visitors, and access to various community amenities serving as elements of the treatment process. The facility will require a minimum of 10 acres of land. The site identified for construction has the unique advantage of having only two fixed legal boundaries and one dominant limiting physical boundary, thus allowing flexibility in the net area. Along with required setbacks and other site development requirements, the proposed site area expands to 12 acres. Emphasis will be placed on developing the project to incorporate specific sustainability goals, operational maintainability, community features, and how the site layout, massing, and organization enhances the public and staff functions of the youth treatment environment; specifically the unique, remote location and cultural setting of this project. The design build contract is anticipated to commence in early 2017 with an approximate performance period of two (2) years. Location: The proposed Northern California YRTC for IHS will be located on a site currently known as D-Q University, near Davis, in Yolo County. Competitive Acquisition: This will be a competitive acquisition utilizing Two Phase Design Build Procedures (see FAR 36.3) and is 100% set-aside for small business participation. In Phase 1 of the 2 phase design-build source selection procedure, interested firms or joint venture entities (referred to as "offerors") submit certain specified performance capability proposals, demonstrating their capability to successfully execute the design-build construction contract resulting from this solicitation. The Government will evaluate the performance capability proposals in accordance with the criteria described and will short-list no more than three (3) of the Phase 1 offerors to compete for the design-build contract in Phase 2. Source Selection procedures will be used with the intent to award a firm-fixed price construction contract to the responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), is the most advantageous and offers the best value to the Government. Contract Type: The Indian Health Service intends to award a Frim Fixed Price (FFP) Construction Contract in support of this requirement. NAICS: The North American Industry Classification System (NAICS) Code is 236220 with a size standard of $36.5 million. This requirement is 100% set aside for small business. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $36.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. The estimated price range for design and construction is between $10,000,000 and $20,000,000. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis and the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The proposal due date will be noted on the RFQ at the time of issuance. There is no information available until the issue of the solicitation via the Internet. Register as an interested party at this synopsis site on www.fbo.gov to receive notification of solicitation issuance, which will be no sooner than 14 October 2016. Issuance of the solicitation will be in electronic format only. No disks or hard copy will be available. Follow the registration procedures at www.fbo.gov to receive notification of solicitation/amendment posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI6117R00001/listing.html)
 
Place of Performance
Address: Near Davis, in Yolo County, CA, United States
 
Record
SN04293107-W 20161001/160929235444-acbf80485834a4dedb0f6304a007cf35 (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.