SOURCES SOUGHT
Y -- Rapid City Outpatient Facility Design Build Construction
- Notice Date
- 12/14/2017
- 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
- HHSI61-18-R-00017
- Point of Contact
- Jenny J. Scroggins, Phone: 2147898164
- E-Mail Address
-
jenny.scroggins@ihs.gov
(jenny.scroggins@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Purpose This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c) (3). The purpose of this RFI is to accomplish market research regarding the design, construction, equip and startup of a new 200,000 SF outpatient health care facility at the Indian Health Service (IHS) Rapid City Service Unit at 3200 Canyon Lake Drive, Rapid City, SD. This project will provide for the replacement of the facilities serving the Rapid City Service Unit of the Indian Health Service (IHS). The main building of the Rapid City Service Unit was built in1938. It was originally designed and constructed as the Sioux Sanitarium, treating tuberculosis patients. The current Service Unit campus consists of 29 buildings and 3 structures, of which 19 of the buildings and 2 of the structures (root cellar and barn) are categorized with some historical significance. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability of Small and Large Business Design Build Construction firms or teams capable of performing the necessary design and construction work to complete this requirement. Interested small and large business firms who meet the capability requirements identified in this notice are requested to reply to this announcement with a response to the specialized qualifications below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. The type of work to be performed will be Hospital Construction under applicable NAICS code 236220, Commercial and Institutional Building Construction with a size standard of $36.5M The magnitude of this project in accordance with FAR 36.204(f) is estimated between $80M and $120M. Scope of Work The Design Build contractor will include a responsible entity (Designer of Record) for completion of a detailed design of the new facility based on a Schematic Design Solution provided by IHS. The facility will comply with federal sustainability guidance and is intended to be LEED certified "Gold". The contractor shall furnish all labor, personnel, materials, equipment, tools, appliances, supplies, services, permits, insurance, supervision, and facilities to design and construct to the facility and shall: 1.Be responsible for design, construction, startup and training for the facility and real property installed equipment. 2.Provide all furniture, fixtures, and medical equipment, and install these items in the new facility. 3.Utilize Building Information Management (BIM) system in preparation of construction documents, construction management and submittal coordination, and building maintenance management transition. This shall be an integral part of the contractor document management and control. 4.Incorporate cultural features and art in the facility in accordance with the SDS and as otherwise approved. 5.Integrate systems into the constructed project as the government may utilize other sources to provide access control, network equipment, special purpose medical equipment etc. for the facility. 6.Coordinate for use of government furnished materials, and coordination with other contractors working onsite will be required. The government intends to use a third party Commissioning Agent in coordination with the contractor to fully implement building systems commissioning. 7.Demolish/dispose of existing facilities and abandoned infrastructure, complete all new site work and site utilities. Utility work will be coordinated with local providers. Historical preservation requirements will be adhered to by the contractor. The project will be located on an active campus, and phased construction in coordination with existing operations and transition to the new facility operation will be required. Fast track opportunities to commence construction prior to design completion may be considered. The estimated performance period is 48 months including 10 months for completion of design (final construction documents). This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders to this notice are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. Responses Responses must be limited to five (5) letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include the following: 1. Cover letter/sheet that includes: a. Your firm's Data Universal Numbering System (DUNS) number, b. CAGE code (if applicable), c. Company point of contact (POC) and d. Socioeconomic status under North American Industry Classification System (NAICS) code, Product Services Code (PSC), clearance level, and any other relevant/appropriate data. e. Proof of Construction Bonding Level (per contract) - SHALL be a minimum of $75M 2. General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. 3. Experience: Provide specialized experience and technical competence in the type of work required. 4. Past Performance: Provide past performance on contracts with government agencies and private industry similar in size, scope and complexity to the instant project in terms of cost control, quality of work and compliance with performance schedules. 5. Location: Provide geographical location of the office with respect to the area of the project and knowledge of the locality of the project, specifically addressing the rurality. Restrictions on Response Questions regarding this RFI shall be emailed to Jenny Scroggins, Contracting Officer at Jenny.Scroggins@ihs.gov. Telephone solicitations and questions will not be entertained. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. How to Respond Please submit your response no later than Thursday, 04 January 2018 at 3:00PM Central Time to Jenny.Scroggins@ihs.gov. Please enter "Rapid City Outpatient Facility Design Build Construction" into the email subject field.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/HHSI61-18-R-00017/listing.html)
- Place of Performance
- Address: Rapid City, South Dakota, United States
- Record
- SN04767902-W 20171216/171214231732-774186ad13aa1921d4377184fc141055 (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 |