New Mexico Bids > Bid Detail

75H70123R00025 Crownpoint Staff Quarters Ph 1

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159477097141493
Posted Date: Dec 21, 2022
Due Date: Jan 20, 2023
Solicitation No: 75H70123R00025
Source: https://sam.gov/opp/dc6d9e9749...
Follow
75H70123R00025 Crownpoint Staff Quarters Ph 1
Active
Contract Opportunity
Notice ID
75H70123R00025
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 21, 2022 11:17 am PST
  • Original Response Date: Jan 20, 2023 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1FA - CONSTRUCTION OF FAMILY HOUSING FACILITIES
  • NAICS Code:
    • 236116 - New Multifamily Housing Construction (except For-Sale Builders)
  • Place of Performance:
    Albuquerque , NM 87131
    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: The site is located on the Navajo Nation in the Crownpoint South Quarters residential area off of Junction Road 371 Route 9, Crownpoint, New Mexico 87131-0358.



TERO is not applicable.



CONSTRUCTION DURATION: Period of Performance is 365 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 236116 New Multifamily Housing Construction (except For-Sale Builders) with a size standard of $39.5 million. The applicable Product Service Code (PSC) is Y1FA Construction of Family Housing Facilities. For information concerning NAICS and SBA size standards, go to https://www.sba.gov



SUMMARY OF SCOPE



The contractor shall provide all labor, materials, supplies, and services for the demolition/ abatement of five (5) existing homes, the construction of fourteen (14) units to include two (2) Single Family homes (1 and 2 bedroom), two (2) Quadplex multi-family homes (1 and 2 bedroom), and two (2) Duplex multi-family homes (2 bedroom). This includes replacement of sidewalks, ramps, curb /gutter, pavement section, and construction of all utility improvements. The contractor shall also provide a hazardous waste survey and report for the five (5) existing buildings.



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



RESPONSES – SUBMITTAL



Responses to this notice must be emailed to Thupten Tsering at thupten.tsering@ihs.gov and must be received no later than 12:00 pm Pacific Time on January 20, 2023. Interested firms shall utilize the attached "Sources Sought Submittal Questionnaire" 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 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Tribal enrollment/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 2: 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 similar 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.



QUESTIONS:



Questions regarding this sources sought may be emailed to Thupten Tsering at thupten.tsering@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
  • Dec 21, 2022 11:17 am PSTSources 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 >