Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2024 SAM #8122
SOLICITATION NOTICE

Y -- Fort Thompson ADA Parking Lot Improvements

Notice Date
2/20/2024 11:36:24 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70124R00014
 
Response Due
3/5/2024 1:00:00 PM
 
Archive Date
03/20/2024
 
Point of Contact
Jong Kim, Phone: (206) 615-2049, Andrew E. Hart, Phone: (206) 615-2453
 
E-Mail Address
jong.kim@ihs.gov, andrew.hart@ihs.gov
(jong.kim@ihs.gov, andrew.hart@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a PRE-SOLICITATION NOTICE for the upcoming Solicitation 75H70124R00014, Fort Thompson ADA Parking Lot Improvements, a Construction project for the Indian Health Service (IHS) Division of Engineering Services (DES) prepared in accordance with FAR Part 36. The Government anticipates releasing the solicitation in late February or early March 2024 with proposals due at least 30 calendar days after solicitation issuance.� This date is subject to change.� A full scope of work, plans and specifications and Davis Bacon Wage Determination will be included in the solicitation documents.� Hard copy documents will NOT be available � all documents for proposal purposes will be posted at www.sam.gov for download by interested parties. This project will be procured as a Total Small Business Set-Aside solicitation under North American Industry Classification System (NAICS) code 237310, Highway, Street, and Bridge Construction with a size standard of $45 million. �The Product Service Code (PSC) for this procurement is Y1LB, Construction of Highways, Roads, Streets, Bridges, and Railways. The offeror must possess a current registration in SAM.gov as a small business under this NAICS to be eligible for award. SCOPE AND LOCATION OF WORK:� The purpose of this project is to remove the existing worn out concrete pavement in the patient and employee parking area (Lot 1).� The work would require disposal of the old material by the contractor at an approved waste facility.� New 6� reinforced concrete would be placed upon new base course.� In addition, new curb & gutter with sidewalk as needed to be placed to ensure proper drainage.� The work to be accomplished by this project include additional ADA compliant parking spaces; currently there are four handicap spaces in the patient parking area, and two in the employee parking area.� The project will also provide for additional parking and upgraded pavement in the mental health and wellness center parking area (Lot 2).� New 6� reinforced concrete would be placed upon new base course.� In addition, new curb & gutter with sidewalk as needed would be placed to ensure proper drainage.� The project will also provide for additional parking and upgraded pavement in the gravel lot located north and east of the health center (Lot 3).� New 6� reinforced concrete would be placed upon existing base course placed to ensure proper drainage. Project Location is Fort Thompson Health Center, 1323 BIA Route 4, Fort Thompson, SD 57339. SITE VISIT: The date, time, and location of a site visit will be specified in the solicitation. TERO: TERO fees apply. Information will be provided in the solicitation. CONSTRUCTION DURATION:� Period of Performance is 180 calendar days after issuance of a Notice to Proceed. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $500,000.00 and $1,000,000.00. CONTRACT TYPE:� The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. NOTE: ALL DATES ARE SUBJECT TO CHANGE.� SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last five (5) years is less than $45 million. �For information concerning NAICS and SBA size standards, go to www.sba.gov. It is the responsibility of the contractor to check www.sam.gov frequently for any amendments or changes to the solicitation.� Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 15 and 36 procedures with price only evaluation criteria. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award.� Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov.� Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM. This notice is for informational purposes only and is NOT a request for submission of offers. �No other information is available until issuance of the solicitation itself. �No bidder list is maintained. �All potential bidders should register with https://www.sam.gov if interested in this forthcoming acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ac2b69a7e3b14567abec424d0a0c877b/view)
 
Place of Performance
Address: Fort Thompson, SD 57339, USA
Zip Code: 57339
Country: USA
 
Record
SN06970460-F 20240222/240220230043 (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.