Arizona Bids > Bid Detail

Kayenta Staff Quarters Abatement and Demolition

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159972647806954
Posted Date: May 5, 2023
Due Date: Jun 5, 2023
Solicitation No: 75H70123R00063
Source: https://sam.gov/opp/321e4faeb5...
Follow
Kayenta Staff Quarters Abatement and Demolition
Active
Contract Opportunity
Notice ID
75H70123R00063
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 05, 2023 06:32 am PDT
  • Original Response Date: Jun 05, 2023 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1DZ - CONSTRUCTION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Kayenta , AZ 86033
    USA
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, 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. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Indian Economic Enterprise (IEE) Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information (RFI).



Interested firms are requested to reply to this announcement with a submittal as described below.



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.



LOCATION OF PROJECT: Kayenta, AZ



TERO is not applicable



CONSTRUCTION DURATION: Period of Performance is 180 calendar days after issuance of a Notice to Proceed.



SET-ASIDE: The appropriate set-aside will be finalized based on the results of this sources sought. It is anticipated that this project will be procured as a 100% Small Business set-aside under North American Industry Classification System (NAICS) code 238910 Site Preparation Contractors with a size standard of $19 million. For information concerning NAICS and SBA size standards, go to https://www.sba.gov



SUMMARY OF SCOPE



When the new Kayenta Healthcare Center, including new staff quarters, opened in Kayenta, AZ in 2016, it replaced the Old Kayenta Hospital built in Kayenta, Arizona in 1959. Existing twenty-seven (27) staff quarters have been abandoned and identified for demolition by the Indian Health Service (IHS). Demolition shall include:




  1. All concrete slabs and footings, ramps, railings, stairs, and utilities.

  2. Hazardous material verification survey, preparation, abatement, and demolition plan and specifications

  3. Abatement, removal, and disposal of hazardous and building materials

  4. Site restoration; site shall be graded smooth with all holes and depressions backfilled. Site shall be graded with positive drainage to the back of the existing sidewalk.



In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $1,000,000.00 and $5,000,000.00.



RESPONSES – SUBMITTAL



Responses to this notice must be emailed to the Contract Specialist, Thupten Tsering, at thupten.tsering@ihs.gov and must be received no later than 1:00 pm Pacific Time, June 5, 2023. In the absence of the Contract Specialist, responses may be submitted to the Contracting Officer, Andrew Hart, at andrew.hart@ihs.gov Interested firms shall utilize the attached "Sources Sought Submittal Questionnaire" (attachment 1) to provide the required information. Responses must include:



1. Company Information: Company name, website, physical address, SAM UEI code



2. Point of Contact: Contact name, phone number, and E-mail address



3. If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No



4. 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



**For Indian owned business, the contractor shall complete and submit Attachment 2: IHS IEE Representation Form (Jan 2022). 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.



**For Indian owned business, the contractor shall submit he controlling enterprise’s Tribal enrollment and 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.



**For Indian owned business, the contractor shall complete and submit Attachment 3: IEE Self-Performance Worksheet. Per the definition of an IEE (HHSAR 326.601), “the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract”; therefore, IEEs shall demonstrate the ability to allocate at least 51% of the earnings to one or more Indians or Indian Tribal entities.



5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities



6. Experience Submission Requirements: Submit up to three (3) narratives on the questionnaire describing projects completed by your firm within the last six (6) 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 email address) for each project submitted.



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 Thupten Tsering at thupten.tsering@ihs.gov



In the absence of the Contract Specialist, questions may be submitted to the Contracting Officer, Andrew Hart, at andrew.hart@ihs.gov



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 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 offerors should register with www.sam.gov if interested in this forthcoming acquisition. Upon issuance of the solicitation, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.


Attachments/Links
Contact Information
Contracting Office Address
  • 2201 6TH AVENUE MAIL STOP RX-24
  • SEATTLE , WA 98121
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 05, 2023 06:32 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >