SOLICITATION NOTICE
Y -- Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project
- Notice Date
- 4/9/2025 1:18:31 PM
- 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
- 75H70125R00039
- Response Due
- 5/23/2025 1:00:00 PM
- Archive Date
- 06/07/2025
- Point of Contact
- Jong Kim, Phone: 2066190638, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
jong.kim@ihs.gov, andrew.hart@ihs.gov
(jong.kim@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
- Amendment A0001 The purpose of this amendment is to correct the following information in the SAM Solicitation description. Change from 100% Small Business Set-Aside t to 100% Indian Small Business Economic Enterprise (ISBEE) set?aside. See attached Amendment A0001 for detailed information. End of A0001 ######################################################################################################### This is a Solicitation Notice for solicitation number 75H70125R00039, Billings Area (Poplar, MT / Pryor, MT / Arapahoe, WY) Generator Project, a construction project for the Indian Health Service (IHS), Division of Engineering Services (DES) prepared in accordance with FAR Part 36. The purpose of this project is to provide a backup emergency power source to the Verne E. Gibbs Health Center, Pryor Health Station, and the Arapahoe Health Center. The emergency generator shall provide emergency power supply to keep medical equipment and life saving devices functional like oxygen pumps, ventilators, and surgical equipment tools online. Also, the emergency power supply is capable of keeping heating and cooling systems operational. Supplying the listed health facilities with a backup emergency generator with the recommended appurtenances will also keep the egress pathways (emergency exit lights) visible. The new emergency generator will be capable of providing emergency backup power to the existing health care facility for up to 96 hours. This project will be procured as a 100% Indian Small Business Economic Enterprise (ISBEE) set?aside solicitation under North American Industry Classification System (NAICS) 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 for details. LOCATION OF PROJECT: All work shall be performed at the following three (3) locations. Verne E. Gibbs Health Center in Poplar, MT Pryor Health Station in Pryor, MT Arapahoe Health Center in Arapahoe, WY CONSTRUCTION DURATION: Period of Performance is 180 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 $1,000,000.00 and $5,000,000.00. SITE VISIT: See Section L.6. FAR 52.236-27 SITE VISIT (CONSTRUCTION)(FEB 1995) ALTERNATE I (FEB 1995) 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 Proposal (RFP) in accordance with FAR Part 15 and 36 procedures. PROPOSAL REQUIREMENTS: See Sections L&M of the solicitation. PROPOSAL DUE DATE: The offeror�s proposal shall be submitted electronically no later than the due date and time indicated in block 13 of the SF 1442, unless changed by amendment. EVALUATION: In accordance with FAR 15.101-2, the evaluation for this award will be based on the lowest price technically acceptable proposal (LPTA). See Sections L&M of the solicitation for specific requirements. Prices proposed must reflect the offeror�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 eligible offers. The total firm fixed price listed in block 17 of the SF1442 shall be utilized for the overall price evaluation and to determine the lowest priced offer. QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contract Specialist, Jong Kim, at jong.kim@ihs.gov 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 $45 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/4eb9d50251ee4cdeb3d01750421f3d58/view)
- Place of Performance
- Address: Poplar, MT 59255, USA
- Zip Code: 59255
- Country: USA
- Zip Code: 59255
- Record
- SN07402583-F 20250411/250409230054 (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 |