Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
MODIFICATION

Y -- Claremore Site Prep for New Clinical Modular Building

Notice Date
1/10/2025 1:37:14 PM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70125R00023
 
Response Due
2/25/2025 1:00:00 PM
 
Archive Date
03/12/2025
 
Point of Contact
Jong Kim, Phone: 2066190638, Andrew E. Hart, Phone: 2066152453
 
E-Mail Address
jong.kim@ihs.gov, andrew.hart@ihs.gov
(jong.kim@ihs.gov, andrew.hart@ihs.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
 
Description
This is a Solicitation Notice for solicitation number 75H70125R00023, Claremore Site Prep for New Clinical Modular Building, a construction project for the Indian Health Service (IHS), Division of Engineering Services (DES) prepared in accordance with FAR Part 36. The purpose of this project is to prepare the site location for installation of a new five-section 64�8� x 72� modular building for clinical use remotely located from other buildings at the Claremore Indian Hospital. The purchase of the modular building is separate and not included in this procurement. This project is to perform the site work needed to install the modular building. This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) 238910, Site Preparation Contractors. The associated size standard for this procurement is $19 million. Please review all attachments to this notice for details. SCOPE OF WORK: See Section C of the attached solicitation for details. LOCATION OF PROJECT: Claremore, OK CONSTRUCTION DURATION: Period of Performance is 120 calendar days after issuance of a Notice to Proceed, and the project must be completed on or before September 15, 2025 CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $1,000,000.00 and $5,000,000.00. SITE VISIT: See Section L.7. FAR 52.236-27 SITE VISIT (CONSTRUCTION)(FEB 1995) ALTERNATE I (FEB 1995) CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 15 and 36 procedures. PROPOSAL REQUIREMENTS: See Sections L&M of the solicitation. PROPOSAL DUE DATE: The offeror�s proposal shall be submitted electronically no later than the due date and time indicated in block 13 of the SF 1442, unless changed by amendment. EVALUATION: In accordance with FAR 15.101-2, the evaluation for this award will be based on the lowest price technically acceptable proposal (LPTA). See Sections L&M of the solicitation for specific requirements. Prices proposed must reflect the offeror�s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government. Price is the discriminating factor for award among eligible offers. The total firm fixed price listed in block 17 of the SF1442 shall be utilized for the overall price evaluation and to determine the lowest priced offer. QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contract Specialist, Jong Kim, at jong.kim@ihs.gov 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 $19 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9212b3e0b174ea4b56f44787e0338ef/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN07309460-F 20250112/250110230102 (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.