Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Соединенных Штатов Америки


PIMC ED & CSR in Phoenix, Arizona, Maricopa County (Соединенные Штаты Америки - Тендер #47228053)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Номер конкурса: 47228053
Дата публикации: 18-10-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

PIMC ED & CSR in Phoenix, Arizona, Maricopa County

Active
Contract Opportunity
Notice ID
75H701-24-R-00002
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 17, 2023 07:25 pm EDT
  • Original Response Date: Nov 16, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 01, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Phoenix , AZ 85016
    USA

Description

PIMC ED & CSR in Phoenix, Arizona, Maricopa County

The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses (Indian Economic Enterprise (IEE)), 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.

Interested firms are requested to reply to this announcement with a submittal as described below. Please note that a decision not to submit a response to this request for information will not preclude a vendor from participating in any future solicitation.

NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS. Respondents will NOT be notified of the results of this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested.

Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein.

SUMMARY OF SCOPE

The purpose of this project is to upgrade the ventilation in the Emergency Department (ED) and Fast Track waiting areas. This work will add mechanical terminal units and integrate the existing hospital automation system into them. In addition, the Central Supply Room (CSR) will have the flooring, walls, and ventilation upgraded as well. The project is located at the Phoenix Indian Medical Center (PIMC) 4212 N. 16th Street, Phoenix, AZ, 85016.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $1,000,000 and $5,000,000.

The type of work to be performed will be categorized under PSC code Y1DA, Construction of Hospitals and Infirmaries and NAICS code 238220, Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $19 million.

RESPONSES - SUBMITTAL

Responses to this notice must be emailed to Kelly Britton at Kelly.britton@ihs.gov and must be received no later than 5:00 PM EST, November 16, 2023. Responses must include:

  1. Company Information: Company name, website, physical address, SAM UEI code
  2. Point of Contact: Contact name, phone number, and E-mail address
  3. If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No
  4. Type of Business: Native American-owned (IEE/ISBEE), 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.
  5. Bond Capacity: Information on the firms bonding capability - specifically identify single and aggregate bonding capacities.
  6. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) years that are similar to the work that will be required under this project. Firms shall include the following information for each project:
    1. Indicate whether Prime Contractor or Subcontractor for each project submitted;
    2. Dates of construction for each project submitted;
    3. Contract value, location, completion date, and complexity of job for each project submitted;
    4. Indicate whether the project is a federal, state, tribal or other for each project submitted; and
    5. Project references/Agency point of contact (telephone number and email address) for each project submitted.
    6. If the entity responding to this sources sought is submitting experience information from any entity that does not match the name, CAGE code, and/or UEI exactly as stated on the submitting entity’s SAM record (e.g. affiliates, subsidiaries, parent companies, sister companies, etc.) the submission shall clearly demonstrate how that entity will have meaningful involvement in the performance of the contract and specifically address which resources would be committed to the contract. Failure to comply with this requirement or failure to adequately demonstrate meaningful involvement and commitment of resources on behalf of that entity may result in that experience information to be considered not relevant.
    7. Along with the project experience submission, the following questions shall be answered in your firms’ submission:
      1. How is your company structured to handle quality control of the various disciplines of a construction project? (i.e., what position(s) (full-time/part-time) are employed under your company to perform QC?)
      2. Does your company primarily handle the construction activities related to construction management by the prime contractor and if so, what are those activities?
      3. Does your company self-perform any of the construction disciplines, if so, what are those disciplines? What disciplines does your company anticipate self-performing for this specific project?

For Native American/Indian Owned Businesses only, the contractor shall complete and submit Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise’s Department of the Interior, Bureau of Indian Affairs 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.

All information received in response to this source sought that is marked proprietary will be handled accordingly. Documents and/or information other than what is requested will not be reviewed. Information submitted beyond what is requested will not be considered.

QUESTIONS:

Questions regarding this sources sought may be emailed to Kelly Britton at Kelly.britton@ihs.gov.

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

  • Oct 17, 2023 07:25 pm EDTSources Sought (Original)

Источник закупки

Перейти

Импорт - Экспорт по стране Соединенные Штаты Америки

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru