Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

99 -- Winslow and Dilkon Health Care Facility Demolition/Abatement

Notice Date
2/16/2023 9:42:56 AM
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H701-23-R-00041
 
Response Due
3/20/2023 3:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Shaukat Syed, Phone: 2147673934, Jenny Scroggins, Phone: 2147676613
 
E-Mail Address
shaukat.syed@ihs.gov, jenny.scroggins@ihs.gov
(shaukat.syed@ihs.gov, jenny.scroggins@ihs.gov)
 
Description
This is a SOURCES SOUGHT NOTICE ONLY.� The purpose of this sources sought notice is to conduct market research pursuant to FAR Part 10 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. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS NOTICE. THIS IS NOT A SOLICITATION FOR PROPOSALS. �Respondents will NOT be notified of the results of this synopsis. �No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. The government is seeking firms under the North America Industry Classification System Code (NAICS) 238910 Site Preparation Contractors, with an annual size standard of $19.0M. 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. Description/Scope of Work: The Department of Health and Human Services, Indian Health Service (IHS) anticipates an acquisition for the demolition, abatement/remediation, removal and site restoration at Winslow Indian Health Care Center (WIHCC) and Dilkon Satellite Campus. Three (3) obsolete buildings on the main WIHCC Campus in Winslow and three (3) obsolete buildings at the Dilkon Satellite Campus have been jointly identified by the Indian Health Service (IHS) and the WIHCC for demolition.� These six (6) buildings shall be demolished (including concrete slabs, asphalt pavement, sidewalks, ramps, steps, railings, utilities, etc.) and the site shall be restored� with positive drainage to match existing site conditions.� Four (4) existing buildings are to be abated only and retained by WIHCC for continued use.� The period of performance is 275 days after Notice to Proceed.� Submission Package: Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. �The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company Information: �Provide your firms contact information to include UEI, cage code, name, address, and point of contact with verifiably correct telephone number and email address. 2. Indicate if a solicitation is issued will your firm/company be submitting a proposal (Yes/No) 3. Type of Business: Native American/Indian-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 Native American/Indian owned businesses ONLY, the IEE/ISBEE contractor shall complete and submit the following TWO (2) ATTACHMENTS: A. 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. B. Attachment 2: Sources Sought IEE Self-Performance Worksheet. Per the definition of an IEE (HHSAR 326.601), �the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract�; therefore, IEEs shall demonstrate the ability to allocate at least 51% of the earnings to one or more Indians or Indian Tribal entities through self-performance and subcontracting opportunities to other IEEs/ISBEEs. 4. Bond Capacity: �Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities. 5. Experience Submission Requirements: �Submit at least two (2) but no more than five (5) similar projects completed within the last seven (7) years that are relevant 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 e-mail address) for each project submitted. E-MAIL RESPONSES ARE REQUIRED BY 5PM CT, March 20, 2023. Electronic versions of your submission package of ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Shaukat Syed, email: Shaukat.Syed@ihs.gov. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential sources particularly Small Business Sources. The Government will not reimburse responders for the cost of the submittals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db3cf0abd17044768c875d518662b519/view)
 
Place of Performance
Address: Winslow, AZ 86047, USA
Zip Code: 86047
Country: USA
 
Record
SN06594677-F 20230218/230216230120 (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.