Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

Y -- 75H701-20-Q-00014, Pharmacy Windows at Fort Yuma Health Care Center

Notice Date
1/24/2020 3:18:22 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
75H701-20-Q-00014
 
Response Due
2/4/2020 11:00:00 AM
 
Archive Date
03/04/2020
 
Point of Contact
Kelly Britton, Phone: 602-364-5081, Jenny Scroggins, Phone: 214-767-6613
 
E-Mail Address
kelly.britton@ihs.gov, jenny.scroggins@ihs.gov
(kelly.britton@ihs.gov, jenny.scroggins@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
See Amendment A00002 to the Solicitation. See Amendment A00001 to the Solicitation. See attached Solicitation 75H701-20-Q-00014 for the Yuma Pharmacy Windows, a construction project for the Indian Health Service (IHS), Division of Engineering Services. Detailed Instructions to Offerors, a full scope of work, plans and specifications and Construction Wage Determination are included in the solicitation documents. NOTE:� The Pre-Solicitation Notice was posted as Solicitation 75H701-20-Q-00043 Pharmacy Windows at Fort Yuma Health Care Center.� The solicitation number of 75H701-20-Q-00043 was incorrect, it should have read Solicitation 75H701-20-Q-00014. SCOPE OF WORK:� The project will include the replacement of the glass in skylight windows with bullet-resistant glass recognized by Underwriters Laboratories (UL) as providing Level 1 protection per UL Standard 752. There are 6 windows, each with approximate dimension of 4ft long x 3ft high. Contractor shall make, and shall be responsible for actual measurements. Contractor shall execute work in such a manner as to interfere as little as possible with normal functioning of the Fort Yuma Health Care Center as a whole, including any existing equipment and with work being done by others. Contractor shall be responsible for complete and strict compliance with the facility policies, including the safety and infection control policies. Contractor shall furnish all labor, supervision, materials, equipment, tools, transportation, quality control, personal protective equipment (PPE), coordination with Authorities Having Jurisdiction (AHJ), Infection Control and Prevention/Construction Risk Assessments (ICRA), construction permits, incidental design, travel, as well as follow Tribal regulations. The intent of this project is to award a construction contract pertaining to this requirement. LOCATION OF PROJECT:� All work shall be performed at the Whiteriver Indian Hospital, which is located at 200 West Hospital Way, Whiteriver, Arizona 85941.� The Hospital is adjacent to AZ State Route 73, in the northern section of the community of Whiteriver Arizona. CONSTRUCTION DURATION:� Period of Performance is 60 calendar days from issuance of the Notice to Proceed. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000 and $100,000, in accordance with FAR 36.204(b). SITE VISIT:� Details regarding the Site Visit are included in the solicitation. NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. CONTRACT TYPE:� The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction.� The associated size standard for this procurement is $39.5 million. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $39.5 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://beta.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. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria. 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. Interested bidders should follow this solicitation notice on https://beta.sam.gov to receive email notices of any updates to the notice including the posting of the solicitation and any subsequent amendments
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/095fcfb1f7ab4497a14b41f4809143af/view)
 
Place of Performance
Address: Winterhaven, CA 92283, USA
Zip Code: 92283
Country: USA
 
Record
SN05543133-F 20200126/200124230147 (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 |
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.