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

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: Sources Sought (Original)
  • Original Published Date: May 03, 2022 08:12 am CDT
  • Original Response Date: May 13, 2022 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 15, 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

Reference is made to 75H701-22-R-00008 Mid-Atlantic Tribal Health Clinic Renovation and Expansion.  This is an updated Sources Sought Notice.   

This is a SOURCES SOUGHT NOTICE ONLY.  The purpose of this sources sought notice is to conduct market research pursuant to FAR Part 10 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 NOTICE. 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.

The government is seeking firms under the North America Industry Classification System Code (NAICS) 236220 Commercial and Institutional Building Construction, with an annual size standard of $39.5M.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is more than $10,000,000.

Description/Scope of Work:

The Department of Health and Human Services, Indian Health Service (IHS) anticipates an acquisition for the construction of a building to provide health care services to the Native Americans in the region.  The Mid-Atlantic Tribal Health Center 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 Mid-Atlantic Tribal Health Center will be located at 2401 Roxbury Road, Charles City, VA 23030.

Submission Package:

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 DUNS, 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, 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.

E-MAIL RESPONSES ARE REQUIRED BY 5PM CT, May 13, 2022. Electronic versions of your submission package of ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Shaukat Syed, email: Shaukat.Syed@ihs.gov.

AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential sources particularly Small Business Sources. The Government will not reimburse responders for the cost of the submittals.

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