Lawton Indian Hospital Emergency Department, Imaging Services & Laboratory Expansion & Renovation
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: Aug 18, 2022 05:59 pm CDT
- Original Response Date: Sep 02, 2022 05:00 pm CDT
- Inactive Policy: Manual
- Original Inactive Date: Dec 31, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Lawton , OK 73507USA
Description
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 between $5,000,000.00 and $10,000,000.00.
Description/Scope of Work:
The Department of Health and Human Services, Indian Health Service (IHS) anticipates an acquisition for the expansion and renovation of the existing Emergency Department at the Lawton Indian Hospital. Renovation consists of approximately 8,500 gross square feet of new expansion and 11,700 gross square feet of renovation for a total of 20,200 gross square feet. The Emergency Department will remain functional throughout length of construction. The renovation and addition included three primary departments: 1) Emergency Department 2) Laboratory and 3) Imaging Services, in addition to, exterior site work comprised of a new Emergency Department entrance, parking lot, and heliport. A list of installed project equipment will be added to a new generator that is being installed with the separate Pharmacy project.
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 Unique Entity ID, 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, September 02, 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.
Attachments/Links
Contact Information
Contracting Office Address
- 2201 6TH AVENUE MAIL STOP RX-24
- SEATTLE , WA 98121
- USA
Primary Point of Contact
- Shaukat Syed
- shaukat.syed@ihs.gov
- Phone Number 2147673934
Secondary Point of Contact
- Jenny Scroggins
- jenny.scroggins@ihs.gov
- Phone Number 2147676613
History
- Oct 31, 2023 10:55 pm CDTPresolicitation (Original)
- Dec 31, 2022 10:56 pm CSTSources Sought (Original)