Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
SOURCES SOUGHT

Y -- IHS Billings Region MATOC

Notice Date
4/18/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
 
ZIP Code
98104
 
Solicitation Number
18-102-SOL-00015
 
Archive Date
9/18/2018
 
Point of Contact
Andrew Hart, Phone: 206-615-2453
 
E-Mail Address
andrew.hart@ihs.gov
(andrew.hart@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Purpose This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3). The purpose of this RFI is to accomplish market research regarding an Indefinite-Delivery/ Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for design-build (DB) and design-bid-build (DBB) new construction, renovation, alteration and repair of medical facilities for the Department of Health and Human Services (DHHS)/ Indian Health Service (IHS). Work will primarily be performed at various facilities in the IHS geographic region of Billings (i.e. Montana and Wyoming), but may occasionally be performed at other locations throughout the United States. A list of Billings Healthcare Facilities can be located at this website: https://www.ihs.gov/billings/healthcarefacilities/ Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability of Small and Large Business Construction firms who meet the capability requirements identified in this notice. Firms are requested to reply to this announcement with a response to the specialized qualifications below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. The type of work to be performed will be Hospital Construction and/ or Renovation under applicable NAICS code 236220, Commercial and Institutional Building Construction with a size standard of $36.5 million. This MATOC will include one base year, and up to four option years. Each task order will not exceed $2.5 million; however most projects are anticipated to range between $100,000 and $300,000. The planned maximum ordering capacity of all contracts is not-to-exceed $20 million, or five years if all option years are exercised, whichever comes first. Scope of Work Typical services include, but are not limited to the following items: 1. Road and parking lot repair 2. Boiler replacement and upgrades 3. HVAC upgrades 4. Roof repair/replacement 5. Landscaping 6. Floor replacement 7. Chiller replacement and upgrades 8. Electrical upgrades 9. General construction 10. Fire alarm and sprinkler upgrades or replacement This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.  Responses Responses must be limited to five (5) letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include the following: 1. Cover letter/sheet that includes: a. Your firm's Data Universal Numbering System (DUNS) number, b. CAGE code (if applicable), c. Company point of contact (POC) and d. Socioeconomic status under North American Industry Classification System (NAICS) code, Product Services Code (PSC), clearance level, and any other relevant/appropriate data. 2. Proof of Construction Bonding Level - SHALL be a minimum of $2.5 million per contract, and $8 million aggregate. 3. General Business Information: Provide general information about your business, to include any relevant information to the instant requirement. 4. Experience: Provide specialized experience and technical competence in the type of work described in this announcement. 5. Past Performance: Provide past performance on contracts with government agencies and private industry similar in size, scope and complexity to the instant project in terms of cost control, quality of work and compliance with performance schedules. 6. Location: Provide geographical location of the office with respect to the area of the project and knowledge of the locality of the project, specifically addressing the rurality. Indicate your willingness to work at each of the Billings locations listed in the website link above, or indicate which locations you are unwilling or unable to work. Restrictions on Response Questions regarding this RFI shall be emailed to Andy Hart, Contracting Officer at Andrew.hart@ihs.gov. Telephone solicitations and questions will not be entertained. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. How to Respond Please submit your response no later than May 2, 2018 at 3:00PM PST to Andrew.hart@ihs.gov. Please enter "Billings Region MATOC" into the email subject field.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/18-102-SOL-00015/listing.html)
 
Place of Performance
Address: IHS Billings Region - See website link, United States
 
Record
SN04894142-W 20180420/180418231045-a3460514ed49ff2b372802ae3151b889 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.