Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2025 SAM #8585
SOLICITATION NOTICE

R -- Facility Budget Estimating System (FBES) Construction Cost Data Special Location Factors Requirements Contract

Notice Date
5/27/2025 9:54:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70125R00044
 
Response Due
6/20/2025 2:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
Matt D Sanders, Phone: 2063747302, Andrew E. Hart, Phone: 2066152453
 
E-Mail Address
matt.sanders@ihs.gov, andrew.hart@ihs.gov
(matt.sanders@ihs.gov, andrew.hart@ihs.gov)
 
Description
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). 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 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 to the MVS reference books in order to complete the work. Contractor shall conduct the necessary market research for development of the Special Location Factors Report for the Lower 48 and Alaska areas for the base year (FY26) and for each option year (FY27 - FY30). Unless prior approval is obtained, travel will not be expected nor required. This acquisition is being solicited as Unrestricted. All firms that perform work under NAICS 541330, Engineering Services, may submit proposals under this solicitation, regardless of business size, as long as that firm has also registered in SAM.gov. The size standard for NAICS 541330 is $25.5M. This synopsis/solicitation is for a Firm Fixed Price (FFP) Requirements type service contract that includes a base year and four option years. A Task order will be issued at the start of each option year to fund the yearly requirement and performance will proceed for that option year.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36f5658eca684407b37c7ba8f78fc175/view)
 
Place of Performance
Address: Seattle, WA 98104, USA
Zip Code: 98104
Country: USA
 
Record
SN07456057-F 20250529/250527230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.