Establish Construction Cost Data Special Location Factors
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: Sources Sought (Updated)
- Updated Published Date: Mar 14, 2024 09:52 am PDT
- Original Published Date: Mar 12, 2024 01:37 pm PDT
- Updated Response Date: Mar 27, 2024 04:00 pm PDT
- Original Response Date: Mar 27, 2024 04:00 pm PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Apr 11, 2024
- Original Inactive Date: Apr 11, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
- NAICS Code:
- 541990 - All Other Professional, Scientific, and Technical Services
- Place of Performance: Seattle , WA 98104USA
Description
2025 Facility Budget Estimating System (FBES) Establish Accurate Construction Cost Data Special Location Factors
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.
NO QUOTES ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR QUOTES. 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 Contractor shall establish accurate Construction Cost Data Special Location Factors for use in the Indian Health Service’s (IHS) Facility Budget Estimating System (FBES) in FY 2025. These Location Factors are located within the Lower 48 States and Alaska.
Special Location Factors are used within the FBES to account for the variation in construction costs in different geographic locations. Each geographic location where IHS facilities are located and constructed has its own location factor and represents a deviation from a national average. When estimating the construction cost for a specific project in a specific location, the FBES adjusts the base unit construction costs (the cost per square foot to construct various kinds of IHS facilities) by multiplying them by the location factor wherein the project is located.
The primary source of Standard Location Factors is the Corelogic Marshall & Swift Valuation Service (MVS) Section 99, Local Multipliers Data. The MV factors for Class A construction are used for this purpose. The Contractor will need to obtain a subscription or already have purchased a subscription to the Corelogic MVS reference books in order to complete the work.
See Attachment 01 – Draft Scope of Work Lower 48 States and Attachment 02 – Draft Scope of Work Alaska for additional details.
The type of work to be performed will be categorized under PSC code R499, Support- Professional: Other and NAICS code 541990 All Other Professional, Scientific, and Technical Services with a size standard of $19.5M.
RESPONSES - SUBMITTAL
Responses to this notice must be emailed to Matt Sanders at matt.sanders@ihs.gov and must be received no later than 4:00 PM (PT), 27 March 2024. Responses must include:
- Company Information: Company name, website, physical address, SAM UEI code
- Point of Contact: Contact name, phone number, and E-mail address
- If a solicitation is issued, will your firm/company be submitting a quote? Indicate Yes or No
- 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.
- Native American-owned (IEE/ISBEE) firms - Submit completed Attachment 3: 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.
- Experience Submission Requirements: Indicate if your firm has experience in:
- Estimating construction projects (health care facility construction experience preferred),
- Conducting Market Research and developing cost location factors as a result of the market research, and
- Using CoreLogic Marshall Swift MVS publications.
- Will your firm be able to obtain or do you already have a subscription to the CoreLogic Marshall Swift MVS Reference Books?
7. 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.
Proposed Contractor Qualifications. Please indicate if your firm has experience with the following:
Lower 48 Locations:
Mandatory: Development of the Special Location Factors shall be performed by Professional Construction Cost Estimators with a minimum of five years of experience in estimating health care projects and using CoreLogic Marshall Swift MVS.
Preferred: Experience with Federal Health Care Construction Projects
Preferred: Experience with Indian Health Service Construction Projects.
Alaska Locations:
Mandatory: Development of the Special Location Factors shall be performed by Professional Construction Cost Estimators with a minimum of five years of experience in estimating health care projects and using CoreLogic Marshall Swift MVS.
Preferred: Experience with Federal Health Care Construction Projects
Preferred: Experience with Indian Health Service Construction Projects.
Preferred: Experience with Health Care Construction Projects in Alaska.
ADDITIONAL INFORMATION:
Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any firm responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached).
Indian Small Business Economic Enterprises (ISBEEs) as well as other small business are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Please note that a decision not to submit a response to this request for information will not preclude a firm from participating in any future solicitation.
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 Matt Sanders at matt.sanders@ihs.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 2201 6TH AVENUE MAIL STOP RX-24
- SEATTLE , WA 98121
- USA
Primary Point of Contact
- Matt D Sanders
- matt.sanders@ihs.gov
- Phone Number 2063747302
Secondary Point of Contact
- Andrew E. Hart
- andrew.hart@ihs.gov
- Phone Number 2066152453
History
- Apr 11, 2024 08:55 pm PDTSources Sought (Updated)
- Mar 14, 2024 09:52 am PDTSources Sought (Updated)
- Mar 12, 2024 01:37 pm PDTSources Sought (Original)