South Dakota Bids > Bid Detail

Great Plains Youth Regional Treatment Center Roof and Gutters

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159111854243101
Posted Date: Oct 6, 2022
Due Date: Oct 21, 2022
Solicitation No: 75H70123R00004
Source: https://sam.gov/opp/da6b9477e9...
Follow
Great Plains Youth Regional Treatment Center Roof and Gutters
Active
Contract Opportunity
Notice ID
75H70123R00004
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - DALLAS
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 06, 2022 11:53 am CDT
  • Original Response Date: Oct 21, 2022 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1DZ - MAINTENANCE OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    Mobridge , SD 57601
    USA
Description

Great Plains Youth Regional Treatment Center (YRTC) Roof & Gutters – 75H70123R00003





The Indian Health Service (IHS) is conducting a SOURCES SOUGHT 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.





*Sources Sought Notice #75H70122R00076 was previously issued for this requirement. If you have provided a response to the previous Sources Sought Notice, you do not need to provide another response to this notice.





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: Mobridge, South Dakota





TERO is applicable. Contact Anna Cotanny - 701-845-3771 acotanny@standingrock.org





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 238160 Roofing Contractors with a size standard of $16.5 million. The type of work is anticipated to be categorized under PSC Z1DZ Maintenance of Other Hospital Buildings. 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 to complete the replacement of the existing asphalt shingled roof at the YRTC in Mobridge, South Dakota. The work shall include, but is not limited to replacement of approximately:





Asphalt shingles, approximately 35,684 sf




  1. 120 Feet of metal flashing over exterior beams. Wrap approximately 120 Feet of glu-lam beams with CertainTeed Roofers Select. Reinstall metal flashing over exterior glu-lam beams.

  2. 1,500 Feet of gutters and downspouts.

  3. Job cleanup and site restoration. The contractor will be responsible for the removal of this debris and must restore the site to its original condition as approved by the project engineer.





In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $250,000.00 and $500,000.00.





RESPONSES – SUBMITTAL



Responses to this notice must be emailed to Jeffrey Haubenreiser at jeffrey.haubenreiser@ihs.gov and must be received no later than 2:00 pm Central Time, October 21, 2022. Interested firms shall utilize the attached "Attachment 2 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.



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



6. Experience Submission Requirements: Submit two (2) narratives 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





QUESTIONS:



Questions regarding this sources sought may be emailed to Jeffrey Haubenreiser at jeffrey.haubenreiser@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
  • 1301 YOUNG STREET SUITE 1071
  • DALLAS , TX 75202
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 06, 2022 11:53 am CDTSources 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 >