Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOURCES SOUGHT

Y -- PIMC Maintenance & Improvements (M&I) Renovations

Notice Date
8/18/2022 3:42:44 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70122R00080
 
Response Due
9/1/2022 2:00:00 PM
 
Point of Contact
Kelly Britton, Phone: 6023645081, 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)
 
Description
The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses, 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Indian Economic Enterprise (IEE) Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information (RFI). Interested firms are requested to reply to this announcement with a submittal as described below. Based upon the responses received, consideration will be given to determine if this acquisition can be set-aside for IEE business competition.� Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS.� Respondents will NOT be notified of the results of this notice.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. SUMMARY OF SCOPE The purpose of this project is for a contractor to furnish all labor, personnel, materials, equipment, tools, appliances, supplies, services, permits, insurance, and supervision a number of maintenance and improvement projects on the Phoenix Indian Medical Center (PIMC) campus in Phoenix, Arizona, Maricopa County. Some of the projects are within the main hospital building, while others are within the surrounding patient clinics.� The work includes abatement of asbestos containing VCT and mastic, replacement of VCT and rubber cove base, ceramic floor and wall tiles, ceiling tiles and t-grid, countertops and workstations, and office furniture. Work also includes mechanical HVAC improvements, interior and exterior painting, roof replacement, trash enclosure construction, fire sprinkler inspection and replacement, and fire alarm panel replacement. 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. The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals And Infirmaries and NAICS code 236220, Commercial and Institutional Building Construction with a size standard of $39.5 million. RESPONSES - SUBMITTAL Responses to this notice must be emailed to Kelly Britton at Kelly.Britton@ihs.gov and must be received no later than 2:00 pm PDT, September 1, 2022.� Interested firms may utilize the attached ""Sources Sought Submittal Questionnaire"" to provide the required information. Responses must include: Company Information: Company name, website, physical address, SAM UEI code Point of Contact: Contact name, phone number, and E-mail address If a solicitation is issued, will your firm/company be submitting a proposal?� Indicate Yes or No Type of Business: Native American-owned (IEE/ISBEE)**, SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. **For Indian owned business, the contractor shall complete and submit Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise�s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) years that are similar to the work that will be required under this project.� Firms shall include the following information: a. Indicate whether Prime Contractor or Subcontractor for each project submitted; b. Dates of construction for each project submitted; c. Contract value, location, completion date, and complexity of job for each project submitted; d. Indicate whether the project is a federal, state, tribal or other for each project submitted; and e. Project references/Agency point of contact (telephone number and email address) for each project submitted. All information received in response to this source sought that is marked proprietary will be handled accordingly QUESTIONS: Questions regarding this sources sought may be emailed to Kelly Britton at Kelly.Britton@ihs.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3abfce619b194ba1be3b82ca23c5f6a5/view)
 
Place of Performance
Address: Phoenix, AZ 85016, USA
Zip Code: 85016
Country: USA
 
Record
SN06433391-F 20220820/220818230130 (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.