Cheyenne River Health Center Parking Lot Maintenance

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: South Dakota
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: May 9, 2023
Due: Jun 9, 2023
Solicitation No: 75H70123R00060
Publication URL: To access bid details, please log in.
Follow
Cheyenne River Health Center Parking Lot Maintenance
Active
Contract Opportunity
Notice ID
75H70123R00060
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 09, 2023 12:38 pm PDT
  • Original Response Date: Jun 09, 2023 04:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1LZ - MAINTENANCE OF PARKING FACILITIES
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Eagle Butte , SD 57625
    USA
Description

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 SYNOPSIS. 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) 238990 All Other Specialty Trade Contractors with an annual size standard of $19M.



In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $500,000 and $1,000,000.



Description/Scope of Work:



The Department of Health and Human Services, Indian Health Service (IHS) anticipates an acquisition for the repair and maintenance of the Cheyenne River Health Center (CRHC) parking lot located in Eagle Butte, SD



The Contractor shall provide for the maintenance of the parking lot at the Cheyenne River Health Center (CRHC) which is approximately 348,616 SF. This is to include routing and sealing all existing cracks and holes and applying a layer of chip seal. The existing signage is also weathered and shall be replaced. Due to the accumulation of snow, the existing fencing for the staff parking lot has been damaged and shall be repaired.



The Contractor shall demolish approximately 15 existing concrete curbs, approximately 1700 SF of asphalt, and approximately 20 ft of chain link mesh that is set in concrete.



The Contractor shall provide and install concrete sidewalks (number and area to be defined in the solicitation documents). Contractor shall ensure that the new sidewalks all meet ADA for ease of use. Contractor shall ensure the proper drainage and slope for the new sidewalks. Contractor shall also replace existing curbs throughout the facility.



Contractor shall provide and install chip sealing throughout the facility parking lot and all paint markings and signs. Contractor shall adhere to all South Dakota Dept of Transportation (DOT) standards and practices. Contractor shall router all the cracked areas and fill those affected areas with a rubberized asphalt sealant within Cheyenne River Health Center parking lots.



The Contractor shall provide new epoxy paint for new parking lines over existing lines. There are approximately 474 parking spots. The parking facilities are oriented perpendicular to the building with two-way aisles and straight parking spaces.



Contractor shall provide and install approximately 20 feet of chain link fencing set in concrete.



Contractor shall sweep periodically after the sealing treatment once weekly for the first 30 days after application. This shall be done after hours to minimize traffic for a more thorough cleaning.



Additional work requirements will be provided in the finalized Statement of Work.



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 SAMuei, cage code, name, address, and point of contact with verifiably correct telephone number and email address.



2. LOCATION: Indicate whether your firm has experience in remote locations, such as this projects’ location.



3. Indicate if a solicitation is issued, will your firm/company be submitting a proposal (Yes/No)



4. 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), Indian Economic Enterprises (IEE), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.



5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities.



6. For Indian owned businesses, the following two (2) forms shall be completed and submitted along with your firm’s response: “Attachment 01: IHS IEE Representation Form” along with the controlling enterprise’s Tribal enrollment/certificate of Degree of Indian Blood documentation and the “Attachment 02: IEE Self-Performance Worksheet”. 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.



7. Experience Submission Requirements: Submit at least two (2) but no more than five (5) of 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 JUNE 9, 2023. Electronic versions of your submission package of ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Matt Sanders, email: matt.sanders@ihs.gov.



QUESTIONS regarding this sources sought may be emailed to Matt Sanders, email: matt.sanders@ihs.gov.



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 Indian Economic Enterprises and 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
Secondary Point of Contact
History
  • May 09, 2023 12:38 pm PDTSources Sought (Original)

Related Document

Jun 27, 2023[Presolicitation (Original)] Cheyenne River Health Center Parking Lot Maintenance
Jul 26, 2023[Solicitation (Original)] Cheyenne River Health Center Parking Lot Maintenance
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...24IFB10859 Correct Drainage-Chamberlain, SD Attachments 467075 - Construction Plans.pdf 467075...

State Government of South Dakota

Bid Due: 5/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.