New Mexico Bids > Bid Detail

Alamo Replacement Health Center Design-Build

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159947812980702
Posted Date: Jul 14, 2023
Due Date: Aug 14, 2023
Solicitation No: 75H70123R00065
Source: https://sam.gov/opp/2e2fa3c89c...
Follow
Alamo Replacement Health Center Design-Build
Active
Contract Opportunity
Notice ID
75H70123R00065
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: Jul 14, 2023 11:58 am PDT
  • Original Response Date: Aug 14, 2023 02:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 14, 2023
  • 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:
    Alamo , NM 87825
    USA
Description

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.



Interested firms are requested to reply to this announcement with a submittal as described below. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.



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.



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



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 $45.5M.



In accordance with Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $25,000,000 and $100,000,000.



Description/Scope of Work:



The Department of Health and Human Services, Indian Health Service (IHS) anticipates a design-build acquisition for the Alamo Replacement Health Center project located along New Mexico State Highway 169 (SR 169) in the Alamo Navajo Indian Reservation, Socorro County, New Mexico. TERO is applicable.



The Contractor shall design and construct a new Indian Health Service Health Center to serve as a comprehensive outpatient wellness facility to service the Alamo Band of Navajo community and other eligible beneficiaries. The facility cannot exceed 70,000-square-foot, and is envisioned as having a substantial two-story section. It is part of the Albuquerque Area Service Unit located approximately 25 miles NNW of Magdalena, New Mexico. The new health center will serve approximately 2,650 tribal residents and will be a complete replacement of the existing IHS clinic on the Alamo Navajo reservation. Services provided in this facility include ambulatory care (primary care, specialty care, behavioral health, dental, podiatry, and emergency medical services), ancillary services (laboratory, diagnostic imaging, pharmacy, and physical therapy), preventative care (environmental health, health education, public health nursing, public health nutrition, wellness), additional services (diabetes and woman-infant-children) and associated administrative and building support programs.



The site consists of approximately 41 acres of land. The area required for the health center including parking lots, drives, utility areas, and stormwater management, is approximately 12 acres. An additional three acres would be required for the geothermal well field. The 41-acre parcel will also be required to support staff quarters. While the quarter’s design is not part of this project’s scope, it has been determined that a minimum of approximately nine acres will be required for the staff quarters (exclusive of utilities and stormwater).



The new facility will be designated as an Outpatient Facility by the 2018 FGI guidelines. The new construction will be in accordance with IBC 2021, Type II-B construction. Occupancies are designated primarily as Business Group B.



Additional work requirements will be provided in the finalized Statement of Work. Period of Performance is 1200 calendar days after issuance of a Notice to Proceed.



RESPONSES – SUBMITTAL



Responses to this notice must be emailed to the Contract Specialist, Erik Lundstrom, at erik.lundstrom@ihs.gov and must be received no later than 2:00 pm Pacific Time, August 14, 2023. In the absence of the Contract Specialist, responses may be submitted to the Contracting Officer, Jenny Scroggins, at jenny.scroggins@ihs.gov.



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

  5. 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 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.



6. Experience Submission Requirements: Demonstration of experience is a two-part submission:



a. CAPABILITY QUESTIONS: Offerors are to respond in narrative format to the following questions:




  • How is your company structured to handle quality control of the various disciplines of a healthcare construction project? (i.e., what position(s) (full-time/part-time) are employed under your company to perform QC?)

  • Does your company primarily handle the construction activities related to construction management by the prime contractor and if so, what are those activities?

  • Does your company self-perform any of the construction disciplines, if so, what are those disciplines?



b. DEMONSTRATION OF EXPERIENCE: Submit up to three (3) example projects that include 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:




  • Title of project, type of construction (design-build, design-bid-build), healthcare? (yes or no)

  • Indicate whether Prime Contractor or Subcontractor for each project submitted;

  • Dates of design and construction for each project submitted;

  • Contract value, location, completion date, complexity of job, and name of the designer for each project submitted;

  • Indicate whether the project is a federal, state, tribal or other for each project submitted; and

  • Project references/Agency point of contact (telephone number and email address) for each project submitted.



If an Offeror is utilizing experience or past performance information from any entity that does not match the name, CAGE code, and/ or UEI of the Offeror exactly as stated on their SAM record (e.g. affiliates, subsidiaries, parent companies, sister companies, etc.) the submission shall clearly demonstrate how that entity will have meaningful involvement in the performance of the contract and specifically address which resources are being committed to the contract. Failure to comply with this requirement or failure to adequately demonstrate meaningful involvement and commitment of resources on behalf of that entity may result in that experience and past performance information to be considered not relevant.





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 Erik Lundstrom at erik.lundstrom@ihs.gov.



In the absence of the Contract Specialist, questions may be submitted to the Contracting Officer, Jenny Scroggins, at jenny.scroggins@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
  • Jul 14, 2023 11:58 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 >