Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

Y -- Recovery - Construction of New Norton Sound Regional Hospital in Nome, Alaska

Notice Date
3/11/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services, 2201 6th Avenue, Mail Stop RX-24, Seattle, Washington, 98121
 
ZIP Code
98121
 
Solicitation Number
09-102-SOL-00003
 
Point of Contact
Abram Vinikoor,, Phone: 206-615-2533, Dale M Burson,, Phone: 206-615-2456
 
E-Mail Address
abram.vinikoor@ihs.gov, dale.burson@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS) Division of Engineering Services-Seattle plans to issue a Request for Proposals (RFP) to select a General Contractor to construct the New Norton Sound Regional Hospital in Nome, Alaska. This project will involve construction of an approximate 150,000 SF steel frame structure including 3 levels plus a mechanical penthouse. The building will be located on a 38.9-acre site owned by the Norton Sound Health Corporation (NSHC). The NSHC will own and operate the new hospital that will include Inpatient acute care (14 beds) and labor & delivery/nursery; Ambulatory, audiology, dental care, emergency, eye care, primary care, and physical therapy; Ancillary, diagnostic imaging, laboratory, pharmacy, and respiratory therapy; Behavioral, mental health and social work; Preventative, environmental health, health education, public nursing, and public health nutrition. Additional services include ambulatory surgery, dietary-HFPM based, EMS/Air Ambulance, maternal health, village health services, NWCI, village based counseling, and body holding along with Administration, Facility Support and Support Services. NSHC has completed construction of the foundation gravel pad and the steel pile foundation. NSHC is also purchasing structural steel that will be provided to the General Contractor as Government Furnished Materials. The proposed procurement is unrestricted with NAICS code 236220 and a size standard of $33.5M. The RFP will be available on or about March 27, 2009 with proposals due on or about April 28, 2009. There will be no public bid opening as competitive proposals will be evaluated and award made utilizing the Best Value tradeoff process under FAR Part 15 and in accordance with the evaluation criteria included in the RFP. The resulting contract will be firm fixed price. Estimated cost of the construction is between $75 and $100 million. Construction duration is 1,462 days from receipt of notice to proceed. Full funding for the construction project is not yet available but is anticipated shortly through the American Recovery and Reinvestment Act of 2009. The contractor will be required to comply with applicable requirements of the American Recovery and Reinvestment Act of 2009, including Section 1512, “Reports on use of Funds” and Section 1605 “Use of American Steel, Iron and Manufactured Goods and the Buy American Requirements for Construction Material of the Recovery Act. Large business firms will be required to submit a subcontracting plan with their proposal, and all offerors will be required to submit a plan to comply with requirements for Indian/Native Preference in employment and subcontracting. Prospective offerors/contractors may obtain copies of solicitation documents, which are available only in electronic format, by registering and downloading the RFP and plans and specifications from the FedBizOpps website at www.fbo.gov (to access the solicitation documents, vendors must have a MPIN in CCR, a DUNS number, and be registered in FebBizOpps). The only PLAN-HOLDERS/BIDDERS LIST now available is via FedBizOpps. When viewing the Pre-solicitation Notice, please click on ADD ME TO INTERESTED VENDORS to enter your information. This function does not, however, allow you to identify yourself as a Prime, Subcontractor, Supplier, etc. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. A pre-proposal conference will be scheduled later and announced on FedBizOpps. It is the responsibility of the contractor to check FedBizOpps frequently for any amendments or changes to the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26262c3ac30e93765ef77d0322c77371&tab=core&_cview=1)
 
Place of Performance
Address: Nome, Alaska, United States
 
Record
SN01766973-W 20090313/090311220018-26262c3ac30e93765ef77d0322c77371 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.