Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

Z -- WELSU – Building Painting Flooring Roof ties Insulation Ductless air conditioning

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Portland Area - Yakama Service Unit, Yakama Indian Health Center, 401 Buster Road, Toppenish, Washington, 98948, United States
 
ZIP Code
98948
 
Solicitation Number
IFB-2010-05A
 
Archive Date
2/15/2010
 
Point of Contact
Jay Sampson, Phone: 509-865-1731
 
E-Mail Address
jay.sampson@ihs.gov
(jay.sampson@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - This is a sources sought notice for market research only. It is to determine the availability and interest of potential firms having the skills, capabilities, and experience necessary to perform the described project and related works. This is not a solicitation. I. PROJECT INFORMATION: The NAICS Code is 238990 - Building and Property Specialty Trade Services; and the small business size standard is $14.0 million. Anticipated project magnitude is between $100,000 and $250,000. Construction services to improve buildings including repaint the interior of the clinic facility and some exterior areas; installation of insulation; installation of roof fall protection ties; installation of flooring; and installation of a ductless air conditioning unit. Painting: Prepare surfaces and re-paint exterior and interior walls, ceilings, and trims. Approximate exterior wall surface area to be repainted for two buildings is approximately 7,100 sq feet. The interior surface area to be repainted is approximately 70,500 sq feet of walls and 1,660 square feet of gypsum finish ceilings. The clinic building is single level constructed of wood framing with cement fiber hardi-board siding. It is approximately 22,140 sq feet. Flooring: Remove and replace existing floor coverings with new materials. Approximate areas include carpeted floor area 6,760 sq feet; existing vinyl composite tile (VCT) floor area that needs replacement with sheet vinyl is approximately 5,280 sq feet. Roof fall protection: Install fall protection equipment for the roof of a clinic building to comply with current OSHA 1926.502 (Fall Protection Systems Criteria and Practices). The new clinic building addition is one-story with a steep standing seam metal roof. Insulation: Install or add approximately 6,350 sq feet of insulation in the administration office area attic and in another building's ceiling and walls. Approximate breakout of insulation work: Existing attic insulation value is approximately R-19 in the administration office area of Bldg #5. Install additional cellulose blown-in insulation so the total R-value in the attic is equal to R-38. Square footage of the attic space is 2,600 sq feet. Maintenance Shop requires approximately 1,400 sq feet of rigid insulation or other type insulation at the underside of roof. The existing blanket insulation having R-5 will remain in place and new rigid insulation shall be added so the total R-value to equal R-38. Install 550 sq feet minimum R-19 wall insulation in an interior wall. Ductless AC unit: Size and select a single zone split ductless air conditioner (cooling only) within the range of 9,000 - 12,000 BTU/Hr capacity. The air conditioner shall supply cooling that for approximately 380 SF of IT equipment and personnel work space with a wall mounted diffuser. Characteristics of the work: The main building is a medical clinic with outbuildings. The buildings for the related work are in Wellpinit, WA which is approximately 50 miles northwest of Spokane, WA. The building is an operational facility and will be in operation during the period of work. The overall facility is referred to as the Wellpinit Service Unit. II. CAPABILITY STATEMENT: An interested party with the capabilities necessary to perform the stated project and work may submit Capability Statements that include the following information: A) Company name, address, point of contact, phone number, email address, and DUNS number. B) Capability of company to perform a contract for the work as described in this notice. Submit examples of comparable work performed within the past 5 years. For each example include: 1) a brief description of each listed project, 2) the dollar value of the project, 3) the customer name with contact information, and 4) information on timeliness of performance and customer satisfaction. Provide sample projects that demonstrate the company's ability to perform the described work and your company's interest in the described project. C) Type of business and business size ("other than small" business, small business, HUBZone small business, service-disabled veteran-owned small business, 8(a), etc.), and supporting documentation, if available. D) Provide evidence that on projects of a similar nature your company was able to perform at least 15 percent of the cost of a contract, not including the cost of materials, with its own employees; or, evidence that your company would be able to meet such a requirement for this overall potential project. Alternatively, provide evidence related to the company's ability to perform at least 25 percent of the cost of a contract for a portion of the work under a specific discipline (painting, flooring, roof ties, insulation, ductless air conditioning unit). This ability relates to potential limitations on subcontracting under FAR 52.219-14 or evaluation of the potential to solicit for segments of the work. Capability statements must be received no later than January 31, 2010, and should not exceed 7-pages. Submission of capability statements is voluntary. Capability statements will not be returned and responses to this sources sought notice do not obligate the Government to award a contract. Submit capability statements in written format by mail or by email: Attn-Jay Sampson Indian Health Service 401 Buster Road Toppenish, WA 98948 Email: jay.sampson@ihs.gov The subject line of your email should specifically read: "Sources Sought Response - WELSU Building Improvements". SOURCES SOUGHT: The written capability statements received will be evaluated to gain knowledge of the potential availability and interest of businesses in this potential project, and the potential for a set-aside for the small business community under FAR 19.10 (PL 100-656). Interested companies that are "Other-than-small" business may respond to this notice, as well. This sources sought notice is for procurement planning purposes only, and is related to a potential project funded under the American Reinvestment and Recovery Act (ARRA) of 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Yakima/IFB-2010-05A/listing.html)
 
Place of Performance
Address: David C Wynecoop Memorial Clinic (Wellpinit Service Unit), Agency Square Road, Wellpinit, Washington, 99040, United States
Zip Code: 99040
 
Record
SN02047330-W 20100124/100122234950-cc11313da75d7f18a7c874d772e1b7ac (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.