SOLICITATION NOTICE
Y -- 75H701-20-Q-00043, Pharmacy Windows at Fort Yuma Health Care Center
- Notice Date
- 12/30/2019 11:18:50 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H701-20-Q-00043
- Archive Date
- 02/28/2020
- Point of Contact
- Kelly Britton, Phone: 602-364-5081, Jenny Scroggins, Phone: 214-767-6613
- E-Mail Address
-
kelly.britton@ihs.gov, jenny.scroggins@ihs.gov
(kelly.britton@ihs.gov, jenny.scroggins@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a PRESOLICITATION NOTICE, Solicitation 75H701-20-Q-00043 for the Pharmacy Windows at the Fort Yuma Health Care Center, a construction project for the Indian Health Service, Division of Engineering Services.� This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction.� The associated size standard for this procurement is $39.5 million. The Government anticipates releasing the solicitation on or about 14 January 2020 with proposals due at least 21 calendar days after solicitation issuance.� This date is subject to change.� A full scope of work, plans and specifications and Davis Bacon Wage Determination will be included in the solicitation documents. �Hard copy documents will NOT be available � all documents for proposal purposes will be posted at https://beta.sam.gov/ for download by interested parties. SCOPE OF WORK:� The project will include the replacement of the glass in skylight windows with bullet-resistant glass recognized by Underwriters Laboratories (UL) as providing Level 1 protection per UL Standard 752.� There are 6 windows, each with approximate dimension of 4ft long x 3ft high.� Contractor shall make, and shall be responsible for actual measurements.� Contractor shall execute work in such a manner as to interfere as little as possible with normal functioning of the Fort Yuma Health Care Center as a whole, including any existing equipment and with work being done by others. �Contractor shall be responsible for complete and strict compliance with the facility policies, including the safety and infection control policies.� Contractor shall furnish all labor, supervision, materials, equipment, tools, transportation, quality control, personal protective equipment (PPE), coordination with Authorities Having Jurisdiction (AHJ), Infection Control and Prevention/Construction Risk Assessments (ICRA), construction permits, incidental design, travel, as well as follow Tribal regulations.� The intent of this project is to award a construction contract pertaining to this requirement. LOCATION OF PROJECT:� All work shall be performed at the Fort Yuma Health Care Center, which is located at 401 Picacho Road, Winterhaven, CA, 92283.� The facility is on the Fort Yuma Quechan Reservation. CONSTRUCTION DURATION:� Period of Performance is 60 calendar days after issuance of a Notice to Proceed (NTP). CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000 and $100,000, in accordance with FAR 36.204(b). SITE VISIT:� A formal site visit is planned for on/about 21 January 2020, details regarding the Site Visit will be included in the solicitation. CONTRACT TYPE:� The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. NOTE: ALL DATES ARE SUBJECT TO CHANGE.� SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. 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. It is the responsibility of the contractor to check https://beta.sam.gov/ frequently for any amendments or changes to the solicitation.� Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award.� Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov.� 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. This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidder list is maintained. All potential bidders should register with https://beta.sam.gov/ if interested in this forthcoming acquisition.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ed5661abc9e34233bd70a89fbdd9aa8a/view)
- Place of Performance
- Address: Winterhaven, CA 92283, USA
- Zip Code: 92283
- Country: USA
- Zip Code: 92283
- Record
- SN05524841-F 20200101/191230230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |