SOLICITATION NOTICE
Y -- Northern Cheyenne Service Unit Flooring Replacement Project
- Notice Date
- 6/7/2022 12:20:51 PM
- Notice Type
- Presolicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- DIV OF ENGINEERING SVCS - DALLAS DALLAS TX 75202 USA
- ZIP Code
- 75202
- Solicitation Number
- 75H70122R00058
- Response Due
- 6/22/2022 12:00:00 AM
- Archive Date
- 09/12/2022
- Point of Contact
- Jeffrey Haubenreiser, Phone: 2147678588, Andrew Hart, Phone: 2066152453
- E-Mail Address
-
jeffrey.haubenreiser@ihs.gov, andrew.hart@ihs.gov
(jeffrey.haubenreiser@ihs.gov, andrew.hart@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a PRESOLICITATION NOTICE, Solicitation 75H701-22-R-00058 for the Northern Cheyenne Service Unit Flooring Replacement Project in Lame Deer, MT, a construction project for the Indian Health Service (IHS), Division of Engineering Services. The Government anticipates releasing the solicitation on or about 23 June 2022 and will remain open for approximately 30 calendar days. The solicitation and all amendments for this Request for Proposal (RFP) will be posted on https://sam.gov/.�A full scope of work, plans and specifications and Construction Wage Determination will be included in the solicitation documents. This project will be advertised as a 100% Small Business set-aside with preference to Indian Economic Enterprise (IEE) firms under North American Industry Classification System (NAICS) - 238330 � Flooring Contractors, with small business size standard of $16.5 Million. For information concerning NAICS and SBA size standards, go to https://www.sba.gov. SCOPE OF WORK:� The scope of this project is to replace carpeting and vinyl composition tile (VCT) flooring with new flooring in the main hallways and corridors and other designated areas at the Northern Cheyenne Service Unit located in Lame Deer, MT. The project consists of demolition/removal of existing carpet flooring and VCT in designated areas of the facility. As part of the project, there will be demolition and reinstallation of flooring in areas other than hallways and corridors that are in need of replacement. �Replacement flooring shall be installed in accordance with the provided drawings with integral base cove in the areas indicated.� Heat-welded luxury vinyl tile (LVT) shall be installed in areas where carpet is not requested, such as entryways, hallways, corridors, and certain patient care areas.� In addition to flooring, any trim and appurtenances shall be removed and replaced for a complete and professional appearance.� All flooring materials, styles and colors will be subject to clinic approval. �In addition, the clinic would like a geometric �morning star� design (as seen on the Northern Cheyenne flag) in the main lobby and in a contrasting color as indicated by attached drawings. LOCATION OF PROJECT:� All work shall be performed at the Northern Cheyenne Service Unit located in Lame Deer, MT. TERO: TERO is applicable. CONSTRUCTION DURATION:� Period of Performance is 90 calendar days from issuance of the Notice to Proceed. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000, in accordance with FAR 36.204(g). SITE VISIT:� Details regarding the Site Visit will be included in the solicitation. NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. It is the responsibility of the contractor to check https://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 Proposal in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria. CONTRACT TYPE:� The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. 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 bidders list is maintained. All potential bidders should register with https://sam.gov/ if interested in this forthcoming acquisition. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN.� FIRMS ARE INSTRUCTED NOT TO CALL REQUESTING MORE INFORMATION. Interested bidders (offerors) can follow this pre-solicitation notice by creating an account at https://sam.gov/. After entering Login.gov credentials, go to �Contract Opportunities�, find the notice then click on the �Follow� tool to receive email notifications for any updates to the project including the posting of the solicitation and any subsequent amendments.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ed462c61a57b4f14920fc43fbb6965c5/view)
- Place of Performance
- Address: Lame Deer, MT 59043, USA
- Zip Code: 59043
- Country: USA
- Zip Code: 59043
- Record
- SN06349832-F 20220609/220607230059 (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 |