Ft. Washakie Health Center Optometry Clinic Remodel
Purpose
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.
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.
In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $1,000,000 and $5,000,000.
Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.
This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response.
Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.
Firms are requested to reply to this announcement with a response to the specialized qualifications listed below. Based upon the responses received from IEE businesses, consideration will be given to determine if this acquisition can be set-aside for IEE business competition.
The type of work to be performed will be categorized under PSC code: Y1DA - Construction of Hospitals and Infirmaries and NAICS code: 236220 - Commercial and Institutional Building Construction, with a size standard of: $39.5 million.
Description/Scope of Work
This project is to renovate the Ft. Washakie Health Clinic and two supporting buildings for the expansion and improvement of the Optometry Clinic (Bldg 076), office space (Bldg 074) and Patient Registration (HIM). The existing Optometry Clinic space shall be renovated to include a patient registration area, office space, and administrative space. The interior of the building shall be renovated to fulfil the needs of an Optometry Clinic with a minimum of 4 exam rooms. This includes, but is not limited to, new cabinetry, carpentry, flooring, walls, electrical, HVAC, and mechanical. The parking lot shall be repaved and relined. Building 076 was previously housing quarters and is currently being used as office space. Building 074 was previously housing quarters and is currently in process of renovation with the intention of converting it to office space; however, construction work had to be paused. The garage shall be included in this project and turned in to usable space. The parking lot shall be created and improved to allow for a minimum of 4 parking spots. The intended HIM space, currently the existing optometry clinic, is in the main clinic building. This project is dependent on the completion of building 076’s remodel, as it requires the Optometry Department to move out of their existing space in the main clinic.
RESPONSES - SUBMITTAL
Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information:
1. Company Information: Provide your firms contact information to include SAM UEI, cage code, name, address, and point of contact with verifiably correct telephone number and email address.
2. Indicate if a solicitation is issued will your firm/company be submitting a proposal (Yes/No)
3. 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 following form shall be completed and submitted along with your firm’s response: “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.
4. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities.
5. Experience Submission Requirements: Submit at least two (2) but no more than five (5) similar projects completed within the last seven (7) years that are relevant 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 e-mail address) for each project submitted.
Restrictions on Response
Questions regarding this RFI shall be emailed to Nicholas A. Aprea, Contracting Specialist Nicholas.Aprea@ihs.gov and Jenny Scroggins, Contracting Officer at Jenny.Scroggins@ihs.gov. Telephone solicitations and questions will not be entertained. This Sources Sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents.
How to Respond
Please submit your response no later than Friday, July 15, 2022 at 2:00PM Central Time. Please enter "Ft. Washakie Health Center Optometry Clinic Remodel Sources Sought Response" into the email subject field.