SOLICITATION NOTICE
Y -- Kayenta Quarters Design-Build Construction Project
- Notice Date
- 12/20/2012
- Notice Type
- Presolicitation
- NAICS
- 236115
— New Single-Family Housing Construction (except For-Sale Builders)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
- ZIP Code
- 98121
- Solicitation Number
- 13-102-SOL-00001
- Archive Date
- 2/28/2013
- Point of Contact
- Jane A. Stuessy, Phone: 2066152533, Paul J. Reed, Phone: 2066152504
- E-Mail Address
-
jane.stuessy@ihs.gov, Paul.Reed@ihs.gov
(jane.stuessy@ihs.gov, Paul.Reed@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pre-solicitation Notice for Solicitation No. 13-102-SOL-00001. This pre-solicitation synopsis notifies potential offerors about a Two Phase Design-Build (DB) opportunity for the Kayenta Quarters Design-Build Construction project administered by Indian Health Service. This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The Indian Health Service, Division of Engineering Services-- Seattle (IHS-DES-SEA) announces the opportunity for qualified contractors with Design-Build project delivery experience to provide design and to construct up to 129 new staff quarters in Kayenta, Arizona, for housing medical and operational staff of the new Kayenta Health Center currently under construction. Kayenta is a community of approximately 5,000 people in the northeastern corner of Arizona on the Navajo Nation. Kayenta is approximately 300 miles north of Phoenix, Arizona, and 300 miles northwest of Albuquerque, New Mexico. Housing will be co-located with the hospital on a single, dedicated plot of land with a common approach and shared circulating roadway. Housing units will be composed of a mix of occupancies and configurations to best utilize the site and to support recruitment and retention of non-local medical staff. Emphasis will be placed on developing the housing to incorporate specific sustainability goals, operational maintainability, and community features; and how the site layout, massing, and organization enhances the public and staff functions of the hospital environment; specifically the unique, remote location and cultural setting of this project. Project phasing during the contract is anticipated. The initial phase will complete all design, with options for construction of site utilities, roads, paths, sidewalks, lighting, support structures, and other common features along with some number of initial housing units. It is anticipated that work will commence in the summer of 2013 with a performance period of three years. IHS intends to award a firm-fixed price competitive acquisition using the best-value trade-off process. This Two-Phase procurement process for the Design-Build Contract will be based upon evaluation criteria developed pursuant to Federal Acquisition Regulation (FAR) Subpart 36.3, Two-Phase Design-Build Selection Procedures and FAR subpart 15.3, Source Selection Procedures. Project Magnitude: The total design-build project is expected to fall within a price range between $30,000,000 and $40,000,000.  Competition is restricted as 100% set-aside for small business. The small business size standard associated with NAICS 236115 is $33.5 million, which means that a company, including its affiliates, would be considered a "small business" if their average annual gross receipts do not exceed $33.5 million for the past three years. Any qualified responsible small business firm including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. Phase One Solicitation - Request for Qualifications (RFQ) will identify those firms which are most highly qualified as evaluated on experience, past performance, qualifications, organization and technical approach. Firms that wish to be considered for Phase One shall provide submittals in accordance with instructions in the Phase One solicitation which will be posted on or about January 11, 2013. It is anticipated that a maximum of three (3) firms will be selected for consideration for Phase Two - Request for Proposals (RFP). The Phase Two - RFP submission will be the basis of making the final selection. Those firms selected to participate in Phase Two will be required to prepare fully developed preliminary design, technical and price proposals. Oral presentations are anticipated to supplement the submitted, written proposals. The Government may allow a stipend for preparation of Phase Two proposals. Evaluation factors will be stated within the solicitation. Although not mandatory, firms are encouraged to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications through FBO.gov. The Phase One solicitation for Request for Qualified firms (RFQ) will be uploaded to this FBO site on or about January 11, 2013 and responses are anticipated to be due 30 days from posting date. Note: Prospective contractors must be registered in the Systems for Award Management (SAM) in order to be eligible for award. To obtain information on completing your SAM registration and/or obtaining a DUNS number go to the following website: https://www.sam.gov. Ensure your Online Representation Certifications Application is also current at https://www.sam.gov. Please also note that solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available ONLY electronically and via FedBizOpps at www.fbo.gov. Hard copy documents will NOT be supplied by the Government to any interested parties as a result of this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/13-102-SOL-00001/listing.html)
- Place of Performance
- Address: Kayenta, Arizona, United States
- Record
- SN02952934-W 20121222/121220234552-e3a003c638736f32e0ab246fe094b0d0 (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 |