SOLICITATION NOTICE
Y -- Zuni-Ramah Emergency Power Supply System (EPSS) Replacement
- Notice Date
- 1/27/2025 8:30:53 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70125R00008
- Response Due
- 1/31/2025 2:00:00 PM
- Archive Date
- 02/15/2025
- Point of Contact
- Thupten Tsering, Phone: 2066152452, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
Thupten.Tsering@ihs.gov, andrew.hart@ihs.gov
(Thupten.Tsering@ihs.gov, andrew.hart@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- ** See amendment 1, effective 12/16/2024 ** ** See amendment 2, effective 12/26/2024 ** ** See amendment 3, effective 12/30/2024 ** ** See amendment 4, effective 1/16/2025 ** ** See amendment 5, effective 1/27/2025 ** See attached SOLICITATION NOTICE for solicitation number 75H70125R00008 for a construction project for the Indian Health Service (IHS). The purpose of this project is to replace the emergency power supply system (EPSS) serving the Zuni Comprehensive Community Health Center in Zuni, NM. This project will be procured as a 100% Indian Small Business Economic Enterprise (ISBEE) 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 $45 million. Please review all attachments to this notice for details. SCOPE OF WORK: See Section C of the attached solicitation LOCATION OF PROJECT: Zuni, NM TERO: TERO fees are applicable. CONSTRUCTION DURATION: Period of Performance is 150 calendar days after issuance of a Notice to Proceed. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $500,000.00 and $1million. SITE VISIT: A site visit is scheduled to occur on 12/20/2024. See Section L, FAR 52.236-27, for additional detail. CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. 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 (LPTA) evaluation criteria. PROPOSAL REQUIREMENTS: Refer to Section L.4 and L.5 of the solicitation. PROPOSAL DUE DATE: The offeror�s proposal shall be submitted electronically in PDF format via email to thupten.tsering@ihs.gov at your earliest convenience but no later than 2:00 PM Pacific Time on 1/17/2025, unless changed by amendment. EVALUATION: Evaluation will be conducted in accordance with FAR 15. The evaluation for this award will utilize LPTA evaluation criteria. In order to be considered technically acceptable and eligible for award, the proposal must demonstrate compliance with the terms and conditions of this request for proposal (see solicitation Section L) and possess all necessary certifications to perform the work specified (see solicitation Section C). Prices proposed must reflect the contractor�s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government. Price is the discriminating factor for award among offers. The Total Firm Fixed Price (inclusive of Option Items) listed in block 17 of the SF1442 shall be utilized for the overall price evaluation and to determine the lowest priced offer. QUESTIONS: Contractors shall submit all questions concerning this solicitation in writing to the Contracting Officer, Thupten Tsering at thupten.tsering@ihs.gov. Questions should be received no later than 5 days prior to the due date to allow time for a response. 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 $39.5 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://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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/470ffa2c3bfc41f695cc604d5c3c57ff/view)
- Place of Performance
- Address: Zuni, NM 87327, USA
- Zip Code: 87327
- Country: USA
- Zip Code: 87327
- Record
- SN07323864-F 20250129/250127230106 (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 |