Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOURCES SOUGHT

Y -- Mid-Atlantic Tribal Health Clinic Renovation and Expansion

Notice Date
10/13/2021 7:35:05 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
75H701-22-R-00008
 
Response Due
10/27/2021 3:00:00 PM
 
Archive Date
02/20/2022
 
Point of Contact
Shaukat Syed, Phone: 2147673934, Jenny Scroggins, Phone: 2147676613
 
E-Mail Address
shaukat.syed@ihs.gov, jenny.scroggins@ihs.gov
(shaukat.syed@ihs.gov, jenny.scroggins@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a SOURCES SOUGHT SYNOPSIS ONLY. The purpose of this synopsis 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. 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. The government is seeking firms under the North America Industry Classification System Code (NAICS) 236220 Commercial and Institutional Building Construction, with an annual size standard of $39.5M. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is more than $10,000,000. Description/Scope of Work: The Department of Health and Human Services, Indian Health Service (IHS) anticipates an acquisition for the construction of a building to provide health care services to the Native Americans in the region.� The Mid-Atlantic Tribal Health Center will serve the estimated Virginia based tribal User Population of 1,423 as well as any other Native Americans/Alaska Natives living in the region which could be as high as 16,413. The services to be provided include but are not limited to: Primary Care, Dental, Behavioral Health, Pharmacy, Optometry, Telehealth, Diabetic Care, and Benefit Coordination. The approximate square footage of the existing building to be renovated is 27,195 SF.� The Mid-Atlantic Tribal Health Center will be located at 2401 Roxbury Road, Charles City, VA 23030. Submission Package: Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. �The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company Information: �Provide your firms contact information to include DUNS, cage code, name, address, and point of contact with verifiably correct telephone number and email address. 2. Indicate if a solicitation is issued will your firm/company be submitting a proposal (Yes/No) 3. Type of Business: Native American-owned, 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. 4. Bond Capacity: �Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities. 5. 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. E-MAIL RESPONSES ARE REQUIRED BY OCTOBER 27, 2021. Electronic versions of your submission package of ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Shaukat Syed, email: Shaukat.Syed@ihs.gov. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential sources particularly Small Business Sources. The Government will not reimburse responders for the cost of the submittals.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab50d0009c2645af849ca44a599722ce/view)
 
Place of Performance
Address: Charles City, VA 23030, USA
Zip Code: 23030
Country: USA
 
Record
SN06157104-F 20211015/211013230114 (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  © 1994-2020, Loren Data Corp.