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: NBD00159629132408217
Posted Date: Nov 29, 2023
Due Date: Dec 4, 2023
Source: https://sam.gov/opp/68834a53eb...
Follow
Fort Thompson ADA Parking Lot Improvements
Active
Contract Opportunity
Notice ID
75H70124R00014
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?

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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 28, 2023 03:11 pm PST
  • Original Published Date: Oct 31, 2023 02:37 pm PDT
  • Updated Response Date: Dec 04, 2023 12:00 pm PST
  • Original Response Date: Dec 04, 2023 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 19, 2023
  • Original Inactive Date: Dec 19, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • 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 View Changes

The NAICS code for this project was changed from 238990, All Other Specialty Trade Contractors (Size of Standard $19 million) to 237310 Highway, Street, and Bridge Construction (Size of Standard $45 million).





75H70124R00014 Sources Sought:



Fort Thompson ADA Parking Lot Improvements in Fort Thompson, SD, Buffalo 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.



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 request for information will not preclude a vendor from participating in any future solicitation.



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



The project will 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. Contractor shall install products following all manufacturer’s specifications.



In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $500,000 and $1,000,000.



The type of work to be performed will be categorized under PSC code Y1LB, Construction Of Highways, Roads, Streets, Bridges, and Railways and NAICS code 237310, Highway, Street, and Bridge Construction with a size standard of $45 million.



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, December 4, 2023. 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:




  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.

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

  6. 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:

    1. Indicate whether Prime Contractor or Subcontractor for each project submitted;

    2. Dates of construction for each project submitted;

    3. Contract value, location, completion date, and complexity of job for each project submitted;

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

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

    6. 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.

    7. Along with the project experience submission, the following questions shall be answered in your firms’ submission:

      1. 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?)

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

      3. 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?







For Native American/Indian Owned Businesses only, the contractor shall complete and submit 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.



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.




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 >