SOURCES SOUGHT
Y -- Pueblo Pintado Health Center Construction
- Notice Date
- 1/19/2024 9:51:20 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
- 75H70124R00021
- Response Due
- 2/2/2024 2:00:00 PM
- Archive Date
- 02/17/2024
- Point of Contact
- Matt D Sanders, Phone: 2063747302, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
matt.sanders@ihs.gov, andrew.hart@ihs.gov
(matt.sanders@ihs.gov, andrew.hart@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 (Indian Economic Enterprise (IEE)), 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. In accordance with FAR 36.104(c)(1) and (2), IHS is also seeking the interest, availability and capabilities of Unionized and Non-Unionized contractors. 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 Contractor shall furnish all personnel, materials, services, facilities and shall perform all work necessary to construct the new 125,884 gross square foot Pueblo Pintado Health Center. It will be a modern, technologically advanced facility with enough space and staff to provide an expanded level of health care services specifically designed to meet the health care needs of the American Indian & Alaskan Natives in the Crownpoint Service Unit. In addition, to the Indian Health Service programs, several tribally operated health programs are incorporated into the new facility. This will improve access to medical care as well as improve the collaboration and partnership between the Navajo Nation and the Indian Health Service. The new facility will provide an expanded outpatient department, community health department, and a full array of ancillary and support services. The new health center will serve approximately projected 6,000 American Indian & Alaskan Natives living in the communities of Counsellors, Cuba, Haspah, Ojo Encino, Pueblo Alto, Pueblo Pintado, Rincon Marcus, Star Lake, Tinian, Torreon, and Whitehorse Lake (WMAT) in the State of New Mexico. It will be located on an 108 acre site on tribal trust land in Pueblo Pintado.� Site is within the Pueblo Pintado (Nahodeeshigiizh Ch�inilini) Chapter area, located approximately 89.80 km W/SW of Cuba, 65.82 km NE of Crownpoint, and 231.32 km NW of Albuquerque, NM within the Crownpoint Service Unit (CSU), part of the Navajo Area Indian Health Service (NAIHS). It is also located approximately 27.36 km SE of the Chaco Culture National Historic Park. See Attachment 01 for additional information regarding the scope of work. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is over $10,000,000. 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 $45 million. RESPONSES - SUBMITTAL Responses to this notice must be emailed to Matt Sanders at matt.sanders@ihs.gov and must be received no later than 2:00 pm PST, 2 February 2024.� 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. Native American-owned (IEE/ISBEE) firms - Submit completed Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise�s Department of the Interior, Bureau of Indian Affairs 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 for each project: Indicate whether Prime Contractor or Subcontractor for each project submitted; Dates of construction for each project submitted; Contract value, location, completion date, and complexity of job for each project submitted; Indicate whether the project is a federal, state, tribal or other for each project submitted; and Project references/Agency point of contact (telephone number and email address) for each project submitted. If the entity responding to this sources sought is submitting experience information from any entity that does not match the name, CAGE code, and/or UEI exactly as stated on the submitting entity�s SAM record (e.g. affiliates, subsidiaries, parent companies, sister companies, etc.) the submission shall clearly demonstrate how that entity will have meaningful involvement in the performance of the contract and specifically address which resources would be committed to the contract. Failure to comply with this requirement or failure to adequately demonstrate meaningful involvement and commitment of resources on behalf of that entity may result in that experience information to be considered not relevant. Along with the project experience submission, the following questions shall be answered in your firms� submission: How is your company structured to handle quality control of the various disciplines of a construction project? (i.e., what position(s) (full-time/part-time) are employed under your company to perform QC?) Does your company primarily handle the construction activities related to construction management by the prime contractor and if so, what are those activities?� Does your company self-perform any of the construction disciplines, if so, what are those disciplines?� What disciplines does your company anticipate self-performing for this specific project? Is your firm Unionized or Non-Unionized? Would your firm be interested in competing in a solicitation if a Project Labor Agreement (PLA) was required? ADDITIONAL INFORMATION: Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Please note that a decision not to submit a response to this request for information will not preclude a firm from participating in any future solicitation. In accordance with Executive Order 14063, Use of Project Labor Agreements (PLA) for Federal Construction Projects, this project requires the use of a PLA. The submission of the PLA for this project will be required only by the awardee after contract award. In accordance with FAR 36.104(c)(1) and (2), IHS is hereby conducting a current and proactive examination of the market conditions in the project area (Crownpoint, NM) to determine national, regional, and local entity interest in participating on a project that requires a PLA, and to understand the availability of unions, and unionized and non-unionized contractors. The purpose of this examination of market conditions is to identify both union and non-unionized contractors, including new entrants, that may be interested in participating in the competition. Any resultant PLA shall allow all contractors and subcontractors on the construction project to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements. All information received in response to this source sought that is marked proprietary will be handled accordingly. Documents and/or information other than what is requested will not be reviewed.� Information submitted beyond what is requested will not be considered. QUESTIONS: Questions regarding this sources sought may be emailed to Matt Sanders at matt.sanders@ihs.gov or Andrew Hart at Andrew.hart@ihs.gov.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7fa948429cbe40e48cf80840eb219fd6/view)
- Place of Performance
- Address: Crownpoint, NM 87313, USA
- Zip Code: 87313
- Country: USA
- Zip Code: 87313
- Record
- SN06940530-F 20240121/240119230049 (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 |