Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2022 SAM #7644
SOURCES SOUGHT

Y -- Santa Fe Indian Hospital Pharmacy Renovation

Notice Date
11/2/2022 5:23:09 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70123R00015
 
Response Due
11/23/2022 12:00:00 PM
 
Point of Contact
Nicholas A. Aprea, Phone: 2147675255
 
E-Mail Address
nicholas.aprea@ihs.gov
(nicholas.aprea@ihs.gov)
 
Description
Santa Fe Indian Hospital Pharmacy Renovation Purpose This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3) and is to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses, 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Indian Economic Enterprise (IEE) Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information.� NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS. �Respondents will NOT be notified of the results of this synopsis. �No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $1,000,000 and $5,000,000. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. 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 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. The type of work to be performed will be categorized under PSC code: Y1DA - Construction of Hospitals and Infirmaries and NAICS code: 236220 - Commercial and Institutional Building Construction, with a size standard of: $39.5 million. Description/Scope of Work This project is for the renovation of the Santa Fe Indian Hospital Pharmacy. The contractor shall provide construction services for the renovation of the Hospital�s existing pharmacy area in the following phases: Phase 1: 1.� The contractor is to remove office furnishings and store them in a storage container provided for the duration of the project. Contractor shall protect these items. 2.� Demolition of the existing Pharmacy Department including floors, ceilings, doors, door frames, casework, shelving, framed partitions, HVAC grilles, diffusers and portions of ductwork, light fixtures, lavatory and piping, electrical receptacles, wiring and conduits, special system devices, wiring and conduit, voice/data devices, wiring and conduit, and other Work indicated in the Contract Documents Phase 2: 1.� Construction of new framed partitions, installation of door frames and doors, new transaction window and drawer, new ceilings, floor finishes, casework, light fixtures, HVAC ductwork, diffusers, grilles and supplemental cooling units, lavatories and piping, electrical conduits, wiring and devices, special system conduits, wiring and devices, voice/data conduits, wiring and devices, and painting 2.� The renovation shall include, at a minimum, four (4) patient consultation rooms; secured patient receiving /front office window area; Supervisors office; Staff training/workspace area; separate Storage area for pharmaceutical items and office/department supplies. 3.� The construction shall include the relocation of the Security Office to the planned location near the hospital�s main entrance (also indicated on the design plans).� Relocation of this office will include relocation of security camera feeds, Access Control workstation, panic button, control panel and may also include the relocation of the Emergency Generator Enunciator panel, and Fire Alarm enunciator panel. 4.� Access control per the HSPD-12 will be incorporated into the project.� This will include security cameras, proximity reader and/or scramble proximity readers on existing doors to the pharmacy space. These are shown on the Design plans. RESPONSES - SUBMITTAL Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above.� The submittal shall be no longer than ten (10) pages and shall include the following information: 1.� Company Information: �Provide your firms contact information to include SAM UEI, cage code, name, address, and point of contact with verifiably correct telephone number and email address. 2.� Indicate if a solicitation is issued will your firm/company be submitting a proposal (Yes/No) 3.� Type of Business: Native American-owned (IEE/ISBEE)**, SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. **For Indian owned businesses ONLY, the contractor shall complete and submit the following TWO (2) ATTACHMENTS: A. Attachment 1: �IHS IEE Representation Form Jan 2022� along with the controlling enterprise�s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission. B. Attachment 2: IEE Self-Performance Worksheet. Per the definition of an IEE (HHSAR 326.601), �the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract�; therefore, IEEs shall demonstrate the ability to allocate at least 51% of the earnings to one or more Indians or Indian Tribal entities. 4.� Bond Capacity: �Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities. 5.� Experience Submission Requirements: �Submit at least two (2) but no more than five (5) similar projects completed within the last seven (7) years that are relevant to the work that will be required under this project. Firms shall include the following information: a. Indicate whether Prime Contractor or Subcontractor for each project submitted;� b. Dates of construction for each project submitted; c. Contract value, location, completion date, and complexity of job for each project submitted; d. Indicate whether the project is a federal, state, tribal or other for each project submitted; and� e. Project references/Agency point of contact (telephone number and e-mail address) for each project submitted. Restrictions on Response Questions regarding this RFI shall be emailed to Jenny Scroggins, Contracting Officer at�Jenny.Scroggins@ihs.gov and Nicholas A. Aprea, Contracting Specialist at �Nicholas.Aprea@ihs.gov. Telephone solicitations and questions will not be entertained. How to Respond Please submit your response no later than Thursday, November 23, 2022 at 2:00PM Central Time. Please enter ""SFIH Pharmacy Construction Sources Sought Response"" into the email subject field.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f84164b452045efad75d0d2fb19f78a/view)
 
Place of Performance
Address: Santa Fe, NM 87505, USA
Zip Code: 87505
Country: USA
 
Record
SN06508575-F 20221104/221102230057 (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.