South Dakota Bids > Bid Detail

Fort Thompson ADA Parking Lot Improvements

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159112506840190
Posted Date: Feb 20, 2024
Due Date: Mar 5, 2024
Source: https://sam.gov/opp/ac2b69a7e3...
Follow
Fort Thompson ADA Parking Lot Improvements
Active
Contract Opportunity
Notice ID
75H70124R00014
Related Notice
75H70124R00014-R
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 20, 2024 11:36 am PST
  • Original Response Date: Mar 05, 2024 01:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1LB - CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Fort Thompson , SD 57339
    USA
Description

This is a PRE-SOLICITATION NOTICE for the upcoming Solicitation 75H70124R00014, Fort Thompson ADA Parking Lot Improvements, a Construction project for the Indian Health Service (IHS) Division of Engineering Services (DES) prepared in accordance with FAR Part 36. The Government anticipates releasing the solicitation in late February or early March 2024 with proposals due at least 30 calendar days after solicitation issuance. This date is subject to change. A full scope of work, plans and specifications and Davis Bacon Wage Determination will be included in the solicitation documents. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at www.sam.gov for download by interested parties. This project will be procured as a Total Small Business Set-Aside solicitation under North American Industry Classification System (NAICS) code 237310, Highway, Street, and Bridge Construction with a size standard of $45 million. The Product Service Code (PSC) for this procurement is Y1LB, Construction of Highways, Roads, Streets, Bridges, and Railways. The offeror must possess a current registration in SAM.gov as a small business under this NAICS to be eligible for award.





SCOPE AND LOCATION OF WORK: The purpose of this project is to remove the existing worn out concrete pavement in the patient and employee parking area (Lot 1). The work would require disposal of the old material by the contractor at an approved waste facility. New 6” reinforced concrete would be placed upon new base course. In addition, new curb & gutter with sidewalk as needed to be placed to ensure proper drainage. The work to be accomplished by this project include additional ADA compliant parking spaces; currently there are four handicap spaces in the patient parking area, and two in the employee parking area. The project will also provide for additional parking and upgraded pavement in the mental health and wellness center parking area (Lot 2). New 6” reinforced concrete would be placed upon new base course. In addition, new curb & gutter with sidewalk as needed would be placed to ensure proper drainage. The project will also provide for additional parking and upgraded pavement in the gravel lot located north and east of the health center (Lot 3). New 6” reinforced concrete would be placed upon existing base course placed to ensure proper drainage. Project Location is Fort Thompson Health Center, 1323 BIA Route 4, Fort Thompson, SD 57339.





SITE VISIT: The date, time, and location of a site visit will be specified in the solicitation.





TERO: TERO fees apply. Information will be provided in the solicitation.





CONSTRUCTION DURATION: Period of Performance is 180 calendar days after issuance of a Notice to Proceed.





CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $500,000.00 and $1,000,000.00.





CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement.





NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES.





For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last five (5) years is less than $45 million. For information concerning NAICS and SBA size standards, go to www.sba.gov.





It is the responsibility of the contractor to check www.sam.gov frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at the website for download by interested parties.





This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 15 and 36 procedures with price only evaluation criteria.





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: https://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 bidders should register with https://www.sam.gov if interested in this forthcoming acquisition.


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 >