Belcourt Replace Steam Boiler Design Build

expired opportunity(Expired)
From: Federal Government(Federal)
75H70124R00031

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 12 Apr, 2024 (16 days ago)

Due Date

12 Apr, 2024 (16 days ago)
Bid Notification

Type

Bid Notification
75H70124R00031

Identifier

75H70124R00031
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

75H70124R00031 Sources Sought: Replace Steam Boiler Design Build in Belcourt, ND, Rolette County 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 (Indian Economic Enterprise (IEE)), 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. 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. SUMMARY OF SCOPE This project is for complete replacement of the facilities existing steam boiler. The project will include the design of a new packaged steam boiler, demolition of the existing packaged steam boiler, and installation of new packaged steam boiler with integration into existing steam piping system. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $250,000 and $500,000. The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 238220, Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $19M. RESPONSES - SUBMITTAL Responses to this notice must be emailed to the Contract Specialist, Jong Kim at jong.kim@ihs.gov and must be received no later than 12:00 PM Pacific Time, April 12, 2024. In the absence of the Contract Specialist, responses may be submitted to the Contracting Officer, Andrew Hart, at andrew.hart@ihs.gov. Responses must include: Company Information: Company name, website, physical address, SAM UEI code Point of Contact: Contact name, phone number, and E-mail address If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No 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. Native American-owned (IEE/ISBEE) firms - Submit completed Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Department of the Interior, Bureau of Indian Affairs 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. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities. Experience Submission Requirements: Submit at least two (2) but no more than five (5) 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 for each project: Indicate whether Prime Contractor or Subcontractor for each project submitted; Dates of construction for each project submitted; Contract value, location, completion date, and complexity of job 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 the entity responding to this sources sought is submitting experience information from any entity that does not match the name, CAGE code, and/or UEI exactly as stated on the submitting entity’s 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 would be 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 information to be considered not relevant. Along with the project experience submission, the following questions shall be answered in your firms’ submission: How is your company structured to handle quality control of the various disciplines of a 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? What disciplines does your company anticipate self-performing for this specific project? ADDITIONAL INFORMATION: Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Please note that a decision not to submit a response to this request for information will not preclude a firm from participating in any future solicitation. 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 Jong Kim at jong.kim@ihs.gov.

Belcourt, ND, 58316, USALocation

Place Of Performance : Belcourt, ND, 58316, USA

Country : United StatesState : North Dakota

You may also like

Replace Steam Boilers 3 & 4 - Physical Plant

Due: 14 May, 2024 (in 15 days)Agency: State University Construction Fund

AE TASK ORDER FOR MILWAUKEE VAMC REPLACE STEAM LINE PROJECT

Due: 13 Aug, 2025 (in 15 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 238220
Classification CodeCode Y1DA