New Mexico Bids > Bid Detail

Santa Fe Indian Hospital Pharmacy Renovation

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159712617831362
Posted Date: Nov 17, 2022
Due Date: Dec 2, 2022
Solicitation No: 75H70123R00015
Source: https://sam.gov/opp/d081e83b99...
Follow
Santa Fe Indian Hospital Pharmacy Renovation
Active
Contract Opportunity
Notice ID
75H70123R00015
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 (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 17, 2022 01:04 pm CST
  • Original Published Date: Nov 02, 2022 07:23 pm CDT
  • Updated Response Date: Dec 02, 2022 02:00 pm CST
  • Original Response Date: Nov 23, 2022 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Santa Fe , NM 87505
    USA
Description

Santa Fe Indian Hospital Pharmacy Renovation



Purpose



This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c)(3) and 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. 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.



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.



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



Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.



This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response.



Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.



The type of work to be performed will be categorized under PSC code: Y1DA - Construction of Hospitals and Infirmaries and NAICS code: 236220 - Commercial and Institutional Building Construction, with a size standard of: $39.5 million.



Description/Scope of Work



This project is for the renovation of the Santa Fe Indian Hospital Pharmacy. The contractor shall provide construction services for the renovation of the Hospital’s existing pharmacy area in the following phases:



Phase 1:



1. The contractor is to remove office furnishings and store them in a storage container provided for the duration of the project. Contractor shall protect these items.



2. Demolition of the existing Pharmacy Department including floors, ceilings, doors, door frames, casework, shelving, framed partitions, HVAC grilles, diffusers and portions of ductwork, light fixtures, lavatory and piping, electrical receptacles, wiring and conduits, special system devices, wiring and conduit, voice/data devices, wiring and conduit, and other Work indicated in the Contract Documents



Phase 2:



1. Construction of new framed partitions, installation of door frames and doors, new transaction window and drawer, new ceilings, floor finishes, casework, light fixtures, HVAC ductwork, diffusers, grilles and supplemental cooling units, lavatories and piping, electrical conduits, wiring and devices, special system conduits, wiring and devices, voice/data conduits, wiring and devices, and painting



2. The renovation shall include, at a minimum, four (4) patient consultation rooms; secured patient receiving /front office window area; Supervisors office; Staff training/workspace area; separate Storage area for pharmaceutical items and office/department supplies.



3. The construction shall include the relocation of the Security Office to the planned location near the hospital’s main entrance (also indicated on the design plans). Relocation of this office will include relocation of security camera feeds, Access Control workstation, panic button, control panel and may also include the relocation of the Emergency Generator Enunciator panel, and Fire Alarm enunciator panel.



4. Access control per the HSPD-12 will be incorporated into the project. This will include security cameras, proximity reader and/or scramble proximity readers on existing doors to the pharmacy space. These are shown on the Design plans.



RESPONSES - SUBMITTAL



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 SAM UEI, 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 (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 businesses ONLY, the contractor shall complete and submit the following TWO (2) ATTACHMENTS:



A. 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.



B. 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.



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.



Restrictions on Response



Questions regarding this RFI shall be emailed to Jenny Scroggins, Contracting Officer at Jenny.Scroggins@ihs.gov and Nicholas A. Aprea, Contracting Specialist at Nicholas.Aprea@ihs.gov. Telephone solicitations and questions will not be entertained.



How to Respond



Please submit your response no later than Friday, December 2, 2022 at 2:00PM Central Time. Please enter "SFIH Pharmacy Construction Sources Sought Response" into the email subject field.


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

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 >