BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Sacramento, California. Contact the soliciting agency for additional information.

Sources Sought for Design Build Construction for the California Area Office Healthcare Facilities in Hemet and Davis, California. Sources Sought Number 75H703-23-SS-00005. This "Sources Sought" is for Market Research purposes only, not a solicitation, solicitation number will be different than the sources sought number. The purpose of this notice is to gauge interest regarding availability and capabilities of qualified small business entities. This notice may or may not result in a Solicitation, Request for Proposal (RFP), Invitation for Bid (IFB) or Request for Quotation (RFQ). The Indian Health Service (IHS), California Area Office (CAO) will utilize any responses for information purposes only upcoming Government acquisitions. Agency Mission. Indian Health Service (IHS) is an agency within the Department of Health and Human Services (DHHS), is responsible for providing federal health services to American Indians and Alaska Natives from federally recognized tribes. The California Area Office's (CAO) mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. Disclaimer. This is not a solicitation for bids or proposals. IHS will not award a contract as a result of this Sources Sought. The Government will not reimburse respondents for any costs associated with their response to this notice. IHS, CAO will utilize responses to determine set-aside potential and competition requirements to methods of procurement, i.e., Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB). Any competition requirements and subsequent contract types which may include Indefinite Delivery Indefinite Quantity (IDIQ), Requirement contracts, and/or standalone contracts for a specific services or items. All acquisitions will be solicited and awarded utilizing Federal Acquisition Regulations, DHHS and IHS policies, regulations, and best practices. Indian Economic Enterprise (IEE) and Indian Small Business Economic Enterprise (ISBEE) Preference. The Government is interested in ALL businesses to include Native-Owned entities. In order to analyze set-aside potential, your response shall include a facsimile copy of the owner's Tribal Enrollment Card or Certificate of Indian Blood. The ISBEE firm shall have 51% share of: (1) Native ownership; (2) Day-to-day operations; and (3) Self-Performance this same share of the work with W9 staff. More information may be found at: https://www.hhs.gov/about/news/2022/01/13/ihs-announces-efforts-provide-more-opportunity-contracting-indian-owned-businesses.html. Requirement. CAO currently works with Federally recognized tribes statewide for these same services. The need is for construction efforts is statewide and the work is organized region. Currently, the work is administered utilizing Requirements contracts. Awardee(s) will be responsible for all in-scope requirements that arise by region. The CAO has an upcoming requirement(s) for a design build construction Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide all labor, materials, supplies, and supervision to design build, design bid build task orders on the IDIQ contract for the Healthcare facilities located in Hemet and Davis CA. Contractor will be required to do task orders at both locations and must be able to commit to services both facilities. Site Visit. There are no organized site visits. As the need can occur anywhere in the different regions and may be impacted by congressional appropriation. Licensing Requirements. Contractor must possess a valid Class A license as defined by the California State Licensing Board (CSLB). Government Teaming. IHS, CAO works closely with our partners including contract awardee, federally recognized Native American Tribes, homeowners and other interested parties. Small Business and Other Small Business Categories. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of small business entities in the following categories. All small businesses types are encouraged to respond to this notice, they include: Small Business; Small Disadvantaged Business; Native American Owned Business. Indian Small Business Economic Enterprise (ISBEE) or Indian-Owner Economic Enterprise (IEE)-to be considered for an IHS contract awarded under the Buy Indian act, offeror must be a member of a federally recognized tribe; Provide the name of your tribe along with verification of tribal registration in form of a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood; 8(a); HUBZone; Service-Disabled Veteran-Owned; Veteran-Owned; and Women-Owned Businesses. Disclosure of Magnitude. In accordance with FAR 36.204 Disclosure of the Magnitude of the estimated cost range for this procurement more than $10 million (aggregate) for a base period and four, one-year option periods. It is estimated the Government may execute between 10-15 task orders per period of performance and estimated up to $5 million per period of performance. Each task order will be a separate project with it's own statement of work and specifications and will be awarded individually. The listing of upcoming example projects/requirements are: Example projects include but is not limited to: . Sacred Oaks Storm water Chambers and Landscaping Project . Sacred Oaks Solar Carports Project . Desert Sage Solar Carports Project . Sacred Oaks Laundry Rooms and Nurse Station Remodel . Sacred Oaks Fire Department Connections at each Building . Desert Sage Parking Lots and Basketball Court Pavement Repairs . Desert Sage Flooring Replacements . Desert Sage Administration Suite Re-design and Renovations . Install Backup Generators at Tribal Health Facilities throughout State of California . Best Road Development Project Period of Performance. Historically, this requirement has been solicited and awarded with a base period (365-calendar days), and four (4) one-year option periods (365-calendar days each). Exercising of the option periods is dependent upon the Contractor's successful performance for the previous period and the Government's bona fide need for the work efforts. A period of performance may be exercised earlier than the 365 days or if the maximum threshold is met, whichever one comes first and if it's determined the option is needed. NAICS Code. The NAICS Code for this work is 236220 - Commercial and Institutional Building Construction. The small business standards, in millions of dollars, is $45 million. This size standard is the largest that a concern can be and still qualify as a small business entity for Federal Government programs. Size standards are the average annual receipts or the average employment of a firm. More information on how to calculate can be found at 13 CFR 121.104 and 13 121.106, respectively. Working with the Federal Government. System for Award Management. All parties interested in working with the Federal Government as a prime awardee, are required to register with the General Services Agency System for Award Management. Failure to register will result in Offeror's Bid/Proposal/Quote to be considered unresponsive. More information can be found at https://sam.gov/content/home. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.606.8220 or https://www.fsd.gov/gsafsd_sp/ id=gsa_landing Invoice Processing Platform (IPP). All parties interested in working with the Federal Government as a prime awardee, are required to register with the Department of Treasury's Invoice Processing Platform. IPP is a secure, web-based service, which manages Government invoicing, and payment. More information can be found at https://www.ipp.gov. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.973.3131 or IPPCustomerSupport@fiscal.treasury.gov. Required Information in your package. Your response to this notice shall include: Business Name and Contact Information. Business Name, Address, Point of Contact for further information; Phone Number, and Email Address; IHS Buy Indian Program. In order to self-certify firm as an Indian Small Business Economic Enterprise (ISBEE) a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood. More information can be found at: The Buy Indian Act | Division of Acquisition Policy (ihs.gov) DUNS. DUN and Bradstreet Number UEI. Unique Entity ID. Business Size. Please indicate the firm's business size, i.e., Large Business, Small Business, Native Owned, Service Disabled Veteran Owned, Veteran Owned, HubZone, etc. More information regarding business size and each categories size parameters can be found at https://www.sba.gov/document/support-table-size-standards Experience. Provide no more than two (2) sheets detailing your company's experience doing the same or similar work in the last two-year period. Project Delivery Team (PDT) Meetings. If IDIQ is awarded, the Owner and/or Chief Executive Officer shall be available to meet face-to-face with the Contracting Officer's Representative and/or Contracting Officer on a weekly basis at the job site. If your company were awarded a contract with IHS, how will your company fulfill this contractual obligation Please describe as part of your response to this notice. Point(s) of Contact Point of Contact (PoC). Ronda English, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone (916) 930-3981, Email: Ronda.English@ihs.gov Alternative Primary PoC. Rachel Rosas, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone (916) 930-3981, Email: Rachel.Rosas@ihs.gov The method of contractor selection has not been determined at this time.

Conceptual

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
314
Active Projects
152
Bidding Soon
2,851
All Active Projects
1,154
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

September 15, 2023

September 16, 2024

img_map_placeholder

Multiple Locations, Sacramento, CA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.