Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2025 SAM #8647
SOLICITATION NOTICE

Z -- IHS Nationwide Multiple Award Task Order Contract

Notice Date
7/28/2025 10:05:55 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70125R00033
 
Response Due
8/12/2025 4:00:00 PM
 
Archive Date
08/27/2025
 
Point of Contact
Matt D Sanders, Phone: 2404726176, Andrew E. Hart, Phone: 2066152453
 
E-Mail Address
matt.sanders@ihs.gov, andrew.hart@ihs.gov
(matt.sanders@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 and this synopsis is issued to provide a notice to the public for project information to be performed in support of the Indian Health Service (IHS). A Sources Sought was issued on 7 July 2024 under Solicitation Number 75H70124R00021 in order to conduct Market Research. The Solicitation is anticipated to be available on or about 13 August 2025, on www.sam.gov, under the new solicitation number 75H70125R00033. 1. CONTRACT INFORMATION: The purpose of this Indefinite-Delivery/ Indefinite-Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) is to provide a wide range for design-build (DB) and design-bid-build (DBB) of new construction, renovation, alteration and repair of medical and related facilities for the Department of Health and Human Services (HHS)/ Indian Health Service (IHS). Work for this MATOC will primarily be performed at the various facilities in the IHS geographic regions of: 1. Albuquerque Area (i.e., New Mexico) 2. Billings Area (i.e., Montana and Wyoming) 3. California Area 4. Great Plains Area (i.e., North Dakota, South Dakota, Nebraska and Iowa) 5. Nashville Area 6. Navajo Area (i.e., portions of Arizona, Utah and New Mexico) 7. Oklahoma City Area (i.e., Nebraska and Oklahoma) 8. Phoenix Area (i.e., Arizona, Utah and Nevada) 9. Portland Area (i.e., Washington, Idaho, and Oregon) Work may also be performed within the Alaska, Tucson, and Bemidji Areas as necessary; however, work is anticipated to be rare in these regions. The place of performance will be designated on each Task Order. A list of all IHS Healthcare Facilities and definitive map of each of the IHS Areas can be located at this website: https://www.ihs.gov/locations/ These facilities include major medical centers, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters and support facilities. The work also includes sanitary sewer and water line construction and repair. The services required will vary in size and complexity. The Government intends to award at least two or more IDIQ MATOCs for each area identified above. A list of all IHS Healthcare Facilities can be located at this website: https://www.ihs.gov/locations/ DES intends to award up to twelve (12) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts that will be for a base period of one (1) year from the date of award with four (4) options to extend the term of the contract for four (4) additional one-year periods to be exercised at the discretion of the Government, or until the maximum contract capacity of $10,000,000.00 per contract is reached, whichever is earlier. On/Off Ramping opportunities will be reviewed under each IDIQ at the start of each option year. However, DES reserves the right to award more or fewer than 12 IDIQ contracts if it determines to be in the best interest of the government. The contracts awarded will have a guaranteed minimum order of $1,000.00 for the total of the base year and all option years. The minimum value of any individual task order is $1,000.00 with a maximum task order value of $5,000,000.00; most projects are anticipated to be between $100,000 and $1,000,000. Each specific IDIQ task order shall be separately negotiated based on the construction effort involved. All subsequent task orders issued under this MATOC will be Firm Fixed Price (FFP). All MATOC holders will be given the option to determine which areas, dollar threshholds, and NAICS they wish to receive task orders for; this will be identified as part of the offeror's proposal. 2. SET-ASIDE INFORMATION: This procurement is being competed as a 100% Small Business set-aside for all construction firms under the following North American Industry Classification System (NAICS) Codes: 236118 Residential Remodelers $45 Million 236210 Industrial Building Construction $45 Million 236220 Commercial and Institutional Building Construction $45 Million 237110 Water and Sewer Line and Related Structures Construction $45 Million 237310 Highway, Street, and Bridge Construction $45 Million 238910 Site Preparation Contractors $19 Million Offerors submitting a proposal package must have an active and valid registration in the System for Award Management (www.sam.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. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15.101-1 utilizing Best Value-Tradeoff evaluation criteria. 3. PROJECT INFORMATION Services required include a wide range of general construction, renovation, alteration and maintenance services, including but not limited to the interior and exterior of major medical centers, hospitals, healthcare centers, small ambulatory and dental clinics, staff quarters, support facilities, storage facilities, parking lots/sidewalks, water distribution systems, and sanitation facilities. Projects may include design-build (DB) and design-bid-build (DBB) services. In addition to the above construction services, projects from the Division of Sanitary Facilities Construction (SFC) will also be included under this MATOC. The SFC is responsible to provide water, sewer and solid waste facilities for Native American housing at, adjacent to or near Indian Reservations as authorized by Public Law 86-121. Community sizes range from 15 to 10,000 people. IHS is authorized to design, construct and improve facilities, acquire lands and right-of-way for sanitation facilities projects, and transfer complete facilities to Native American Tribal organizations or other public authorities for operation and maintenance. SFC projects include water distribution systems, sanitation facilities, and wastewater utility projects. Typical required services include, but are not limited to the following: a. Buildings: New construction, additions, other structures (e.g. storage facilities, etc.) and, renovation, alteration, maintenance and repair of healthcare, pharmacy, dental, storage, daycare, adolescent treatment centers, residential, offices, septic, sanitation, and other structures as required, including incidental work. Building projects may include interior and/or exterior modernization, painting, flooring, fencing, work incidental to surface deterioration (e.g. patching drywall, replacing siding, trim work) and structural repairs including but not limited to foundations, settlement, masonry/brick cracking, etc. b. Systems and Equipment: New construction, rehabilitation, maintenance or repair of mechanical and electrical systems to include purchase and installation of new generators, HVAC systems, plumbing systems, waste water drainage systems, fire alarm, fire protection sprinkler systems, fire suppression systems, intrusion alarms, back flow preventers, boilers, chillers. Furniture, Furnishings & Equipment (FF&E) (ie. IT equipment, medical equipment, office furniture, food service equipment, ect) will NOT be part of any construction project under the MATOC; however, contractors may be required to work with 3rd party FF&E contractors within the same space. c. Roofs: Replacement, maintenance and repair of a variety of roofs and roofing systems, including gutters, downspouts, flashing, fascia and soffits and incidental damage remediation as a result of roof leaks (e.g. ceiling replacement, painting and carpet cleaning). d. Horizontal Construction: New construction, maintenance and repairs of roads, streets, concrete, asphalt, parking lots, sidewalks, trails, storm drainage, erosion repairs (i.e. sinkholes, washouts), soft/hard landscaping, sodding, landscape irrigation systems, detection loops, bridges, parking lots, traffic lines, traffic markings, repair/replacement of storm water, sewer lines, site-work, well drilling and repair etc. e. Utilities: New construction, maintenance or repair of interior and exterior utility systems and lines (main lines and lateral feeders). Interior and exterior high and low voltage electrical, communication lines and systems (telephone and data lines), gas lines, security & security camera systems and cabling, emergency generator systems. f. Water and Wastewater Utilities: New construction, maintenance or repair of individual water services consisting of water service lines, pressure systems, cisterns, and individual wells. Community water facilities of water distribution main and appurtenances, pump houses, well drilling, control valves, water treatment facilities and equipment, and community water storage tanks. Individual wastewater facilities consisting of septic tanks with varied types of drain fields, sewer service lines, onsite wastewater treatment and disposal systems, septic tank effluent pump systems, individual lift stations, septic tanks and mounds, and septic tank abandonment. Community wastewater facilities consisting of wastewater collection systems and appurtenances, shallow and drop manholes, force mains, lift stations, wastewater aeration/measurement, wastewater treatment systems including but not limited to evaporative and discharging lagoons, mechanical treatment, and effluent irrigation systems. g. Dismantling, Demolition, or Removal of Improvements: Dismantling, demolition, or removal of improvements, dismantling or demolition of buildings, ground improvements and other real property structures, and removal of such structures or portions of structures. Proper removal and disposal of materials, excavating site to task order requirements after demolition/removal, protecting existing government property not part of the demolition/removal project; as well as obtaining all documents and providing copies to the government as deliverables. h. Incidental Work: Services, including environmental services such as remediation and abatement (e.g. lead, asbestos, smoke, mold, etc.) incidental to the tasks required under any of the above paragraphs. Carpentry, interior and exterior painting, interior and exterior lighting, and similar electrical work that may be required to provide a complete, safe and usable facility during and after the primary construction work required is completed. This includes site work and drainage excavation. Work with the guidance/over-site of archeological consultant; if on site, and make the Contracting Officer (CO) aware of any artifacts or items of concern that arise. i. Design Services: Design-build task orders shall utilize qualified, experienced, professional A-E multi-discipline firms. The A-E firms must be capable of design analysis, planning, development, CADD, professional services, predesign site-assessment, design, geotechnical investigations and reports, environmental investigations, studies and reports, abatement and sampling, construction documentation, cost estimates, value engineering, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, and Environmental Protection Agency (EPA) compliance for hazardous materials, solvents, chemicals, asbestos, lead based paint and radon. A-E disciplines required to comply with the above requirements include but are not limited to: registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geotechnical (registered civil may be acceptable if certified), registered environmental (registered civil may be acceptable if certified), interior designer, certified environmental survey/design personnel, and construction management. 4. SEED PROJECT: Project # GP24KY301C06, Kyle Modernization. The facility condition assessment conducted in 2023 at the Kyle Health Center in Kyle, SD identified several key findings. These include deficiencies in lighting levels, a requirement for ductwork cleaning, necessary repairs to sidewalks, the replacement of atrium windows, and various painting and wall protection improvements. Furthermore, the outpatient department needs modernization, which involves the installation of new flooring, casework, bathroom renovations, door replacement, lighting fixtures, and ceiling tiles. It is important to note that none of these identified issues pose an immediate threat to accreditation status. The goal of this project is to modernize all components to comply with current healthcare standards, enhancing both patient care and satisfaction, as well as improving staff engagement in the upgraded facility. The Kyle Health Center is located on the Pine Ridge Reservation in South Dakota. The Pine Ridge Reservation is home to the Oglala Sioux Tribe. Per FAR 36.204, the magnitude of the seed project is between $1,000,000 and $5,000,000. The NAICS for the seed project is 236220, Commercial and Institutional Building Construction, size standard is $45 million. All offerors shall submit a price proposal for the seed project in order to be considered for award of a MATOC. 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://sam.gov if interested in this forthcoming acquisition. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. FIRMS ARE INSTRUCTED NOT TO CALL REQUESTING MORE INFORMATION. Interested bidders should register and follow this pre-solicitation notice on https://sam.gov to receive email notices of any updates to the notice including the posting of the solicitation and any subsequent amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f486490bd08c498f80acd21fb67059dc/view)
 
Place of Performance
Address: Seattle, WA 98106, USA
Zip Code: 98106
Country: USA
 
Record
SN07526458-F 20250730/250728230115 (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.