MODIFICATION
Z -- 2019 Nationwide Construction Multiple Award Task Order Contract - Solicitation 1
- Notice Date
- 9/23/2019
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
- ZIP Code
- 98104
- Solicitation Number
- HHSI-102-19-R-00016
- Response Due
- 11/4/2019 2:00:00 PM
- Point of Contact
- Matt D. Sanders, Phone: 2063747302, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
matt.sanders@ihs.gov, andrew.hart@ihs.gov
(matt.sanders@ihs.gov, andrew.hart@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Section J Attachment 8 -Parker Quarters Construction Drawings Option 2 Section J Attachment 8 -Parker Quarters Construction Drawings Base Section J Attachment 7 - Parker Quarters Specifications Section J Attachment 6 - Request for Proposal Seed Project Section J Attachment 5 - Financial Institution Reference Sheet Section J Attachment 4 - Experience Form Section J Attachment 3 - Contractor Surety Information Section J Attachment 2 - Application for Payment Form Section J Attachment 1 - Past Performance Questionnaire Request for Proposals HHSI-102-19-R-0016 MATOC Nationwide 2019 Purpose: This solicitation will result in a firm-fixed price, Indefinite-Delivery/ Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for design-build and design-bid-build of new construction, renovation, alteration and repair of medical facilities for the Department of Health and Human Services (HHS)/ Indian Health Service (IHS). Work will primarily be performed at various medical and other facilities in the IHS geographic regions of Phoenix (Nevada, Utah, Arizona), Navajo (portions of Arizona and New Mexico), Albuquerque (Colorado and New Mexico), Oklahoma City (Kansas and Oklahoma), and Great Plains (North Dakota, South Dakota, Nebraska, and Iowa), with occasional work located in the remaining regional areas nationwide. Typical services include, but are not limited to the following types of projects: 1.Design-build or design-bid-build of medical facilities, new construction, additions, pre-engineered buildings, other structures (e.g. open bay pre-engineered, storage facilities, etc.) and, renovation, alteration, maintenance and repair of those structures including incidental work. 2.Design-build or design-bid-build of new construction, rehabilitation, maintenance or repair of mechanical and electrical systems, HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, intrusion alarms, back flow preventers, boilers, chillers, IT communications, all related devices, equipment, controls, and components. 3.Design-build or design-bid-build of replacement maintenance and repair of a variety of roofs and roofing systems 4.Design-build or design-bid-build of horizontal construction consisting of new construction, maintenance and repairs of roads, streets, concrete, asphalt, parking lots, sidewalks, trails, storm drainage, erosion repairs (i.e. sinkholes, washouts), soft/hard landscaping, sodding, landscape irrigation systems, detection loops, bridges, parking lots, traffic lines, traffic markings, repair/replacement of storm water, sewer lines, site-work, well drilling and repair etc.) 5.Utilities consisting of design-build or design-bid-build of new construction, maintenance or repair of interior and exterior utility systems and lines (main lines and lateral feeders). Interior and exterior high and low voltage electrical, communication lines and systems (telephone and data lines), gas lines, security & security camera systems and cabling, emergency generator systems, etc., water lines and alternative technology landscape watering systems. 6.Dismantling, demolition, or removal of improvements which will result in the construction, alteration, or repair of buildings at that location 7.Provide design-build services which may include engineer stamped drawings and detailed calculations to be provided 8.Incidental Work to include services, including environmental services such as remediation and abatement (e.g. lead, asbestos, smoke, mold, etc.) incidental to the tasks required under any of the above paragraphs. Carpentry, interior and exterior painting, interior and exterior lighting, and similar electrical work that may be required to provide a complete, safe and usable facility during and after the primary construction work required is completed. This includes site work and drainage excavation. Work with the guidance/over-site of archeological consultant; if on site, and make the Contracting Officer (CO) aware of any artifacts or items of concern that arise. Each of the resulting MATOC contracts will include a one year base period, and four one-year option periods. The maximum ordering capacity is $15,000,000 total for each contract awarded, or five years, whichever comes first. The minimum and maximum values for a single Task Order are $1,000 and $10 million, respectively, excluding the minimum guarantee. The minimum guaranteed order for each contract is one Task Order valued at $1,000 for the life of the contract. A MATOC is a contract awarded from a single solicitation, and may result in award to multiple contractors. This procurement consists of one solicitation with the intent to award between 3 - 8 contracts for each of the five primary regions, with contractors having the option to work in multiple or single regions. After award of each basic contract, the only work authorized under this contract is that which is ordered by the Government through issuance of a Task Order. Contract Type: Firm-Fixed Price NAICS: The primary North American Industry Classification System (NAICS) Code is 236220 with a size standard of $39.5 million; however other construction NAICS codes may also be utilized under this MATOC, which will be determined in each Task Order. This requirement is 100% set aside for small businesses. 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 $39.5 million. For information concerning NAICS and SBA size standards, please visit www.sba.gov. Offerors are required to be registered in SAM to be eligible for award. The official SAM website is located at https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM. Location: IHS Geographical Regions of Phoenix, Navajo, Albuquerque, Oklahoma City, and Great Plains
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/HHSI-102-19-R-00016/listing.html)
- Place of Performance
- Address: 701 FIFTH AVE #1650, SEATTLE, Washington, 98104, United States
- Zip Code: 98104
- Zip Code: 98104
- Record
- SN05454983-W 20190925/190923230941-575e5cec845014275b550ace045c7eb1 (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 |