Skip to main content

An official website of the United States government

You have 2 new alerts

Parker Duplex Quarters in Parker, Arizona

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: Jan 04, 2025 02:15 pm EST
  • Original Published Date: Nov 18, 2024 10:35 am EST
  • Updated Date Offers Due: Jan 14, 2025 04:00 pm EST
  • Original Date Offers Due: Jan 07, 2025 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 29, 2025
  • Original Inactive Date: Jan 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1FA - CONSTRUCTION OF FAMILY HOUSING FACILITIES
  • NAICS Code:
    • 236116 - New Multifamily Housing Construction (except For-Sale Builders)
  • Place of Performance:
    Parker , AZ 85344
    USA

Description

This is a SOLICITATION NOTICE for the upcoming Solicitation 75H701-25-R-00002 Parker Duplex Quarters (Parker, AZ) a construction project prepared in accordance with FAR Part 36. These construction services are in support of the Indian Health Service (IHS).

SCOPE OF WORK: The project includes construction new staff quarters at the Parker Indian Health Center; two (2) new duplex units, with each unit designed as a two-bedroom two-bath residence. This project will utilize repair by replacement of four (4) housing units that are beyond their useful life. The buildings marked for replacement are buildings numbered 626, 627, 628 and 630. The demolition of the old buildings are not part of this project. The construction site is on IHS leased land that is currently an empty lot with utilities and street access.

LOCATION OF PROJECT: All work shall be performed at the Parker Indian Health Center, which is located at 12033 Agency Road, Parker, AZ 85344.

TERO: TERO fees do apply. (More information will be released in solicitation, but the TERO office contact is Theo De La Rosa at (928) 669-1380 or (928) 669-1390, Theo.DeLaRosa@crit-nsn.gov and http://www.crit-nsn.gov/)

PERIOD OF PERFORMANCE: Period of Performance is 240 calendar days from issuance of the Notice to Proceed. The period of performance includes pre-construction activities (i.e., submittals, ordering long lead materials, etc).

CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000, in accordance with FAR 36.204(f).

SITE VISIT: A site visit will be held on December 10, 2024 at 11:00 AM MST (local Time). Please confirm attendance in accordance with clause L.8. FAR 52.236-27 Site Visit (Construction) (Feb 1995) Alternate I (Feb 1995).

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

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

This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 36 procedures with Lowest Price Technically Acceptable (LPTA) evaluation criteria.

This project will be solicited as 100% set aside for Indian Small Business Economic Enterprise (ISBEE) under North American Industry Classification System (NAICS) code 236116, New Multifamily Housing Construction (except For-Sale Builders). The associated size standard for this procurement is $45 million.

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 http://www.sba.gov.

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.

It is the responsibility of the contractor to check https://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.

Amendment A00001 issued 12/1/2024.

Amendment A00002 issued 12/3/2024.

Amendment A00003 issued 12/4/2024.

Amendment A00004 issued 12/16/2024.

Amendment A00005 issued 12/18/2024 (Corrected).

Amendment A00006 issued 12/18/2024.

Amendment A00007 issued 12/20/2024.

Amendment A00008 issued 12/23/2024.

Amendment A00009 issued 01/04/2025.

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