SOLICITATION NOTICE
Z -- TPPIHC Roof Replacement and Fall Protection
- Notice Date
- 3/19/2025 9:44:05 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
- 75H70125R00037
- Response Due
- 3/26/2025 1:00:00 PM
- Archive Date
- 04/10/2025
- Point of Contact
- Joshua VanSkike, Phone: 2404857526, Jenny Scroggins, Phone: 2147676613
- E-Mail Address
-
joshua.vanskike@ihs.gov, Jenny.Scroggins@ihs.gov
(joshua.vanskike@ihs.gov, Jenny.Scroggins@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
- This is a SOLICITATION NOTICE for Solicitation 75H70125-R-00037 Taos-Picuris Roof Replacement and Fall Protection (Taos, NM) - a construction project prepared in accordance with FAR Part 36. These construction services are in support of the Indian Health Service (IHS). This project is being solicited as a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside under North American Industry Classification System (NAICS) code 238160, Roofing Contractors. SCOPE OF WORK: The purpose of this project is to replace the roof and fall protection for the for Taos-Picuris Pueblos Indian Health Center (TPPIHC). LOCATION OF PROJECT: All work shall be performed at the Taos-Picuris Pueblos Indian Health Center (TPPIHC), 1090 Goat Springs Road, Taos, New Mexico, 87571. PERIOD OF PERFORMANCE: The contract Period of Performance is 180 calendar days from date of notice of proceed. CONSTRUCTION MAGNITUDE: 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. SITE VISIT: Details regarding the Site Visit will be included in the solicitation (Section L.7). CONTRACT TYPE: The Indian Health Service intends to award a single Firm Fixed Price (FFP) contract in support of this requirement. This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 36 procedures with Lowest Price Technically Acceptable (LPTA) evaluation criteria. 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 five (5) years is less than $19 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. 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. It is the responsibility of the contractor to check https://www.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. Amendment A00001 for Solicitation 75H701-25-R-00037: please see A00001-75H70125R00037 issued 2/27/2025 for SUMMARY OF CHANGES. All other terms and conditions of this solicitation remain unchanged. UPDATE: FOR INFORMATIONAL PURPOSES ONLY the following attachments are added based on pre-proposal inquiries: NEW Electrical One Line; Pilkington Construction Submittal 10-7-2020; Taos submittal for Pilkington; TPPIHC Lightning Protection Inspection Report; TPSU_E6 Lightning Protection Plan. Responses to these inquiries will be subsequently made available via forthcoming Amendment A00002. No terms or conditions of this solicitation are changed by this update. UPDATE: FOR INFORMATIONAL PURPOSES ONLY the following attachments are added based on pre-proposal inquiries: Taos Asbestos Inspection Report; Taos Lead Inspection Report. Responses to these inquiries will be subsequently made available via forthcoming Amendment A00002. No terms or conditions of this solicitation are changed by this update. UPDATE: FOR INFORMATIONAL PURPOSES ONLY An amendment is anticipated extending the proposal due date, approximately one (1) week, to provide adequte time to address pre-proposal inquiries and requested additional/sufficient time for vendor proposal preparation. No terms or conditions of this solicitation are changed by this update. Amendment A00002 for Solicitation 75H701-25-R-00037: please see A00002-75H70125R00037 issued 3/19/2025 for SUMMARY OF CHANGES. All other terms and conditions of this solicitation remain unchanged. Additionally, UPDATE: FOR INFORMATIONAL PURPOSES ONLY the following attachments are added based on pre-proposal inquiries: Garden Walls_Taos; IHS Taos East Canopy Coping Photo; IHS Taos Roof Plan; IHS Taos West Entry Canopy Photo. No terms or conditions of this solicitation are changed by this update.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/32d505a23f5a47799c71ccfed0ffe31a/view)
- Place of Performance
- Address: Taos, NM 87571, USA
- Zip Code: 87571
- Country: USA
- Zip Code: 87571
- Record
- SN07377577-F 20250321/250319230048 (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 |