Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2022 SAM #7413
SOLICITATION NOTICE

C -- IDIQ for the IHS/CAO for Design/Design-Build/Design Bid Build Projects

Notice Date
3/16/2022 6:12:49 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
CALIFORNIA INDIAN HEALTH SERVICE SACRAMENTO CA 95814 USA
 
ZIP Code
95814
 
Solicitation Number
75H70322R00002
 
Response Due
4/30/2022 3:30:00 PM
 
Archive Date
05/30/2022
 
Point of Contact
Ronda English, Phone: 9169303981346
 
E-Mail Address
ronda.english@ihs.gov
(ronda.english@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Indian Health Services, California Area Office Project Description:�The Indian Health Service, California Area Office has an upcoming requirement for a design/design-build/design bid build construction Indefinite Delivery, Indefinite Quantity Contract (IDIQ), otherwise known as a Single Award Task Order Contract (SATOC) to provide all labor, support, bonding, materials, equipment, and supervision to different types of design requirements and design-build/design-bid-build construction projects (majority of projects will be the task orders under $150,000 with some larger task orders under $3,000,000) these task orders will be awarded as needed with no set timeline scheduled, and supbjected to availability of funding. Example projects from past and estimated for future include: Past projects: Sacred Oaks Landscape Design & Construction Project est. $900,000 Sacred Oaks Stormwater Chambers Design Project �est. $50,000 Sacred Oaks Solar Carports Design Project est. $90,000 Desert Sage Landscape Design Project �est. $2,000,000 Desert Sage Solar Carports Design Project �est. $50,000 Future projects: Sacred Oaks Stormwater Chambers Construction Project (to be used in RFP) Desert Sage Solar Construction Project est. $1,000,000 Sacred Oaks Solar Construction Project est. $1,000,000 Sacred Oaks Laundry Rooms, Nurse Station and Kitchen Renovations est. $90,000 Sacred Oaks Electrical and IT Improvements Project �est. $100,000 Sacred Oaks Fire Dept. Connections Projects �est. $120,000 The awardee must support both IHS/CAO behavior health facilities in northern and southern CA, facilities are located in Hemet CA (Riverside county) and Davis CA (Yolo county), labor rates will vary accordingly to the location of projects. This will be a one-year base contract plus four option years with a maximum threshold per year of $5,000,000 with a total amount not to exceed $25,000,000. Each task order is estimated between $50,000 and $1,000,000, but there might be exceptions to this rule, so bonding capacity is a must. If the threshold is reached, then the next option year will be exercised early. Acquisition Information: This acquisition is currently proceeding as a Request for Proposal (RFP) using a source selection Trade Off two step process IAW FAR 15.101-1, The technical evaluations will be conducted in the first step of the source selection process with requirement pricing for the first project in the second step. Only members of the competitive range offerors will be allowed into the second step (this mean only the highest evaluated top three offerors will be in the Competitive Range); further source selection information will be provided in the solicitation Instruction to Offerors), This is subject to change prior to solicitation being posted to an single step Trade Off source selection with only the highest rated offeror being awarded the IDIQ.� This will be published with the RFP with final technical factors and source selection information in the RFP. This Request for Proposal (RFP) is set-aside for small business entities. All responsible small business entities may submit a proposal. This acquisition is being solicited as a procurement IAW with FAR 16.504 Indefinite-quantity contracts. �IDIQ Contract: There is a $10,000 minimum guarantee for this IDIQ contract, it is estimated the first task order will be awarded with the IDIQ award so the minimum guarantee will be covered with the first task order, however, if this changes then the minimum guarantee will be given within the base year. The Government anticipates awarding approximately five to eight task order during the base and in each option period, this is subject to change depending of funding availability. NAICS Code requirement is 541310 and 236220 for design/design-build/design bid build task orders. Estimated Cost Range The construction cost estimated range (Disclosure of the magnitude IAW FAR 36.204) for this procurement (h)�More than $10,000,000 aggregate value of the entire base plus four options. Each task order will be a individual project and funded independently, subjected to availability of funds. Site Visit There will be an organized site walk for the step two process of the solicitation/RFP to be determined in the RFP for the first task order requirement, the site visit location will be at the Sacred Oaks Youth Regional Treatment Center (YRTC) located in Davis CA. The facility in Hemet CA is called Desert Sage YRTC, and will not have an organized site visit during this RFP. Period of Performance:�This acquisition is being solicited with a base period of 365-calendar days and four option periods of 365-calendar days; each option could be exercised early with the monetary threshold is reached before the 365-day year is expired or whichever one come first. Solicitation Issuance:�It is anticipated that the RFP will be issued on or about 1 April 2022 for download at the Government�s website: www.SAM.gov. The specific dates will be identified in the solicitation 75H70322R00002. Offerors are advised that this project may be delayed, cancelled, or revised at any time during the solicitation process up to time of award. Ordering Solicitation:�Plans and specifications will not be provided in paper or CD-ROM format. The solicitation and all amendments for this acquisition will be posted to the Government�s secure website (www.SAM.gov) once the Solicitation/RFP is issued. Viewing/downloading documents from FedBizOps will require prior registration in the �System for Award Management� (www.SAM.gov). First time FedBizOps user(s) will be required to register in FedBizOps prior to accessing the Solicitation/RFP documents. To register, click on the �Register Now� button in the �Vendors Block� and follow instructions. The following information will be required: Marketing Partner Identification (MPIN); DUNs Number or Cage Code; Telephone Number; and Email Address. Once registered with FedBizOps, interested parties will then be able to log in and access the RFP documents. The Government recommends all interested Contractors add their names and email address in the �Interested Vendors� Tab. Using this method to request a bid package ensures that no request sent via fax, email, or US mail get misplaced. It ensures that you will receive an email from FedBizOps if changes occur, and when the package is ready to be downloaded. It is the Contractor�s responsibility to monitor FedBizOps for Amendments or Notices relating to this requirement. The Government will not be calling individual companies. Any changes will be posted to FedBizOps � failure to register will preclude you from being notified of potential notices or Amendments. Licensing Requirements: The awarded�Contractor must possess a valid Class A license as defined by the California State Licensing Board (CSLB) or the equivalent to a Class A (out of State equivalent). Architect & Engineer (A/E) Firms shall have California license to practice as professional engineers in civil engineering and be able to procure California licensed architects, structural, geotechnical, transportation, electrical, mechanical, fire protection and other healthcare facilities engineering professionals.� Firm with experience in healthcare accreditation requirements such as The Joint Commission, AAAHC, and/or CMS standards are preferred.� A/E Firm shall have the capability to procure State of California licensed construction contractors to complete above NAICS Code related work. Contractual Point of Contact: the�point of contact for this acquisition is Ronda English, Chief Contracting Officer, IHS/CAO Sacramento CA at 916/591-3219 or by email at ronda.english@ihs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1591952382ba4c4e850ccbc2fd160aee/view)
 
Place of Performance
Address: Hemet, CA 92544, USA
Zip Code: 92544
Country: USA
 
Record
SN06268484-F 20220318/220316230052 (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 |
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.