Skip to main content

An official website of the United States government

You have 2 new alerts

Mid-Atlantic Tribal Health Clinic Renovation and Expansion

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: Jun 14, 2022 05:00 pm CDT
  • Original Published Date: Jun 08, 2022 12:25 pm CDT
  • Updated Date Offers Due: Jul 11, 2022 02:00 pm CDT
  • Original Date Offers Due: Jul 11, 2022 02:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 01, 2022
  • Original Inactive Date: Nov 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1DB - CONSTRUCTION OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Charles City , VA 23030
    USA

Description

The project is for the renovation/expansion for building leased from the Chickahominy Indian Trobe to provide health care services to the Native Americans in the region. The Contractor will be required to provide all labor, tools, equipment, work facilities, supervisory efforts, testing and all other necessary incidentals. The Mid-Atlantic Tribal Health Clinic will serve the estimated Virginia based tribal User Population of 1,423 as well as any other Native Americans/Alaska Natives living in the region which could be as high as 16,413. The services to be provided include but are not limited to: Primary Care,Dental, Behavioral Health, Pharmacy, Optometry, Telehealth, Diabetic Care, and Benefit Coordination.

The approximate square footage of the existing building to be renovated is 27,195 SF.

The Contractor will be required to provide all labor, tools, equipment, work facilities, supervisory efforts, testing and all other necessary incidentals.

LOCATION OF PROJECT:  All work shall be performed at 2401 Roxbury Road, Charles City, VA 23030.  Work included under this contract will be in Charles City County, Virginia. 

CONSTRUCTION DURATION:  Period of Performance is 365 calendar days from issuance of the Notice to Proceed.

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000, in accordance with FAR 36.204(h).

SITE VISIT:  Will be held on June 16th at 2PM ET at 2401 Roxbury Road, Charles City, VA 23030.  Details regarding the site visit are included in the solicitation.  

This project will be procured as a 100% Small Business set-aside solicitation with preference given to Indian Economic Enterprises (IEE) firms under North American Industry Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The associated size standard for this procurement is $39.5 million. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $39.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov.

INDIAN OWNED BUSINESSES: For Indian owned businesses, the contractor will be required to complete and submit an attachment entitled, “IHS IEE Representation Form (Jan 2022)”, which will be included with the solicitation, along with your firm’s proposal 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.

It is the responsibility of the contractor to check https://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 Proposals (RFP) in accordance with FAR Part 15 and 36 procedures with Best Value, Trade-off evaluation criteria.

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

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. 

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