SOURCES SOUGHT
Z -- Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
- Notice Date
- 1/20/2023 10:42:39 AM
- 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
- 75H70123R00035
- Response Due
- 2/21/2023 2:00:00 PM
- Archive Date
- 03/21/2023
- Point of Contact
- Erik Lundstrom, Phone: 2066152782
- E-Mail Address
-
erik.lundstrom@ihs.gov
(erik.lundstrom@ihs.gov)
- Description
- Purpose This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3) and is 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.� Interested firms are requested to reply to this announcement with a submittal as described below.� 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 SYNOPSIS. 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. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is more than $1,000,000 but less than $5,000,000. The type of work to be performed will be categorized under PSC code Z2DA Repair Or Alteration Of Hospitals and Infirmaries and NAICS code 236220 Commercial and institutional building construction with a size standard of $39.5 million. Description/Scope of Work The project at Woodrow Wilson Keeble Memorial Health Care Center, Sisseton, SD is to renovate the pharmacy and ambulance garage for USP Compliance, and includes but is not limited to: demolition, including some saw cutting for new mechanical reroutes, minimum masonry work for patching in wall opening(s), carpentry, thermal properties, openings, including glazing and ballistic type pass through transaction window system, finishes, specialties, mechanical, electrical, plumbing, and etc. The overall period of performance is 365 calendar days. RESPONSES - SUBMITTAL Responses must be limited to five (5) letter-size pages or less, in Microsoft Word or Portable Document format (PDF).� Include the following: Company Information: �Provide your firms contact information to include SAM UEI, cage code, name, address, and point of contact with verifiably correct telephone number and email address. Indicate if a solicitation is issued will your firm/company be submitting a proposal (Yes/No) Type of Business: Native American-owned (IEE/ISBEE)** (See requirements below), 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. 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) 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. **For Indian owned businesses ONLY, the 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: 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. All information received in response to this source sought that is marked proprietary will be handled accordingly Restrictions on Response Questions regarding this RFI shall be emailed to Erik Lundstrom, Contracting Officer at erik.lundstrom@ihs.gov. Telephone solicitations and questions will not be entertained. This Sources Sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. How to Respond Please submit your response no later than 21 February, 2023 at 2:00PM Pacific Time. Please enter ""WWKMHCC USP Compliance Sources Sought Response"" into the email subject field.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ed5e7981bb64caa921efd7f029bdfc5/view)
- Place of Performance
- Address: Sisseton, SD 57262, USA
- Zip Code: 57262
- Country: USA
- Zip Code: 57262
- Record
- SN06569810-F 20230122/230120230107 (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 |