SOLICITATION NOTICE
P -- Demolition of Historic Federal Clinic Buildings, Colville Service Unit (Nespelem, WA)
- Notice Date
- 4/24/2025 4:13:24 PM
- Notice Type
- Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70125R00034
- Response Due
- 5/26/2025 2:00:00 PM
- Archive Date
- 06/10/2025
- Point of Contact
- Toby Hayden, Phone: 5034145524
- E-Mail Address
-
toby.hayden@ihs.gov
(toby.hayden@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
- The attached SOLICITATION 75H70125R00034 is issued on behalf of the Indian Health Service (IHS). The purpose of this project is to demolish and dispose of the original hospital building (Building 21) and Nurse�s Quarters (Building 22) located on the campus of the Nespelem Health Center in Nespelem, WA, on the Colville Indian Reservation and return and the land to leasable condition. 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 238910 Site Preparation Contractors with a size standard of $19 million. Please review all attachments to this notice for details. SCOPE OF WORK: See Section C of the attached solicitation (Attachment B01) LOCATION OF PROJECT: Original IHS Hospital Building and Nurse�s Quarters (Buildings 21 and 22) 19 Lakes Ave. Nespelem, WA 99155 GPS Coordinates of Hospital Bldg: 48.13205 degrees N, 118.97319 degrees W TERO: All work is subject to the Tribal Employment Rights Ordinance (TERO) of the Colville Tribe. It is the sole responsibility of the contractor to comply with all applicable TERO requirements. https://www.colvilletribes.com/tero/ PERIOD OF PERFORMANCE: Period of Performance is 90 calendar days after issuance of a Notice to Proceed. SITE VISIT: An organized site visit has been scheduled for Tuesday, May 13, 2025 at 10AM PT. Participants will meet in front of Building 21 (19 Lakes Ave., Nespelem, WA 99155). Site visit attendees MUST RSVP by sending an email to Contract Specialist, Toby Hayden, at toby.hayden@ihs.gov, no later than 5:00pm PT on Thursday, May 8, 2025. Unannounced site visits are prohibited. CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) service contract in support of this requirement. The solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15 and 37 procedures with Lowest Price Technically Acceptable evaluation criteria. Pursuant to HHSAR 326.603-1(c)(1), this solicitation is set-aside 100% for ISBEE offerors who are technically capable and provide fair and reasonable pricing. PROPOSAL REQUIREMENTS: The offerors proposal shall be supported by necessary documentation to indicate that adequate planning to accomplish the requirement has been done. The proposal shall contain the following sections: FACTOR I: Technical Capability (acceptable/unacceptable) FACTOR II: Past Performance (acceptable/unacceptable) FACTOR III: Indian Economic Enterprise Representation (acceptable/unacceptable) FACTOR IV: Price Please refer to Section L of the solicitation for what must be included with your proposal for each of these sections. PROPOSAL DUE DATE: The offeror�s proposal/quotation shall be submitted electronically in PDF format via email to toby.hayden@ihs.gov at your earliest convenience but no later than May 26, 2025 at 2:00 PM PT unless changed by amendment. EVALUATION: See Section M of the solicitation for details. QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contracting Officer, Toby Hayden, at toby.hayden@ihs.gov. Questions should be received no later than 10 days prior to the proposal 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 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/b5ef3689dbbc4092bdffc9dfe6023a10/view)
- Place of Performance
- Address: Nespelem, WA 99155, USA
- Zip Code: 99155
- Country: USA
- Zip Code: 99155
- Record
- SN07420127-F 20250426/250424230046 (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 |