SOLICITATION NOTICE
C -- IHS Nationwide Sanitation Facilities Construction (SFC) A-E Services Multiple Award IDIQ
- Notice Date
- 3/3/2025 12:15:29 PM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70125R00018
- Response Due
- 3/28/2025 2:00:00 PM
- Archive Date
- 04/12/2025
- Point of Contact
- Taylor Kanthack, Phone: 2404781501, Jenny Scroggins
- E-Mail Address
-
taylor.kanthack@ihs.gov, jenny.scroggins@ihs.gov
(taylor.kanthack@ihs.gov, jenny.scroggins@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is not a Request for Proposal; therefore, do not provide information on pricing. The Indian Health Service (IHS), Sanitation Facilities Construction (SFC) Program is responsible to provide water, sewer and solid waste facilities for American Indian housing at, adjacent to, or near American Indian communities as authorized by Public Law 86-121. Community sizes range from 15 to 10,000 people. The IHS is authorized to design, construct and improve facilities, acquire lands and right-of-way for sanitation facilities projects, and transfer completed facilities to Native American Tribal organizations or other public authorities for operation and maintenance. The Division of Engineering Services (DES), Indian Health Service (IHS), an agency of the Department of Health and Human Services is seeking qualified Architect-Engineering (A-E) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for Architectural and Engineering Services for IHS Sanitation Facilities Construction (SFC) projects. The IHS Service Areas expected to utilize this contract include, but are not limited to, the following Areas: Albuquerque, Bemidji, California, Great Plains, Nashville, Oklahoma City, Phoenix, and Portland (https://www.ihs.gov/locations/). Each of these areas has a unique group of Tribes that they work with on a daily basis. The A-E firm shall assist IHS in providing professional design and engineering services. Requirements will vary for each individual task order and will be defined by separate scopes of work. DES intends to award up to eight (8) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts that will be for a base period of one (1) year from the date of award with four (4) options to extend the term of the contract for four (4) additional one-year periods to be exercised at the discretion of the Government, or until the maximum contract capacity of $8,000,000.00 per contract is reached, whichever is earlier. The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years. The minimum value of any individual task order is $1,000.00 with a maximum task order value of $2,000,000.00. Each specific IDIQ task order shall be separately negotiated based on the A-E effort involved. Point of Contact: Taylor Kanthack, Contract Specialist; taylor.kanthack@ihs.gov Division of Engineering Services (DES) Seattle, 701 5th Ave, Suite 1650, Seattle, WA 98104 Secondary Point of Contact: Jenny Scroggins, Contracting Officer; Jenny.Scroggins@ihs.gov Division of Engineering Services (DES) Dallas, 1301 Young Street, Suite 840, Dallas, TX 75202 Refer to the attached document B01 RFQ2025 SFC IDIQ for further information regarding submission requirements and evaluation factors. This is not a Request for Proposal; therefore, do not provide information on pricing.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ced9894130a4d4b902fce3e4c389942/view)
- Place of Performance
- Address: Seattle, WA, USA
- Country: USA
- Country: USA
- Record
- SN07358780-F 20250305/250303230038 (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 |