The RFP Database
New business relationships start here

Belcourt Duplex Design-Build


Washington, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Request for Information (RFI) (SOURCES SOUGHT) as outlined in FAR 15.201(c) (3). The purpose of this RFI is to accomplish market research regarding the design and construction of a residential duplex unit that will be used as staff housing by the Indian Health Service (IHS) at the Belcourt hospital housing area at the Turtle Mountain Comprehensive Health Care Facility in Belcourt, ND. Each unit of the duplex will have two (2) bedrooms, a living area to include a kitchen, and a single vehicle garage.

The new duplex will be located on a lot within the existing staff housing area. The duplex is to be a site adaptation of a duplex constructed in 2017 in the same housing area. Utilities including water, sewer, electricity, telephone, and cable television are located adjacent to the lot.

The new duplex is expected to be the same size, general appearance and finish as the 2017 duplex with the exception of adding 68 square feet to each bedroom by adding 4' to the plan north and south end of the bedrooms. The construction documents from the duplex constructed in 2017 will be provided in Request for Proposal (RFP) documents to show how the existing lot including adjacent utilities and streets was constructed.

The design and construction of the proposed duplex will be acquired using the two-step, design-build method outlined in FAR 36.3.


The Government is requesting information regarding the availability of Small and Large Business Design Build Construction firms or teams capable of performing the necessary design and construction work to complete this requirement. Interested small and large business firms who meet the capability requirements identified in this notice are requested to reply to this announcement with a response to the specialized qualifications below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition.


The type of work to be performed will be Residential Construction under applicable NAICS code 236115, New Single-Family Housing Construction (except For-Sale Builders), with a size standard of $36.5M.
The magnitude of this project is estimated between $500,000.00 and $1,000,000.00.


Scope of Work
The Design Build contractor will include a responsible entity (Designer of Record) for completion of a detailed design of the new duplex unit based on the construction documents from the duplex constructed in 2017 provided by IHS.
It is expected that there will be changes to the new duplex unit, as compared to the existing 2017 duplex unit as a result of building and life safety code changes, Federal Leadership in High Performance and Sustainable Buildings Memorandum of Understanding (MOU), improvements in energy efficiency products and methods, and availability of new construction materials and methods.
The Design Builder shall prepare construction documents and specifications in accordance with the IHS 2016 Architect and Engineer Design Guide to include the MOU. The design shall be based on the construction documents provided and meeting the funding limits, physical site layout, and compliance constraints of the project. The Design Builder shall provide a design by a licensed Architect, Structural Engineer, Civil Engineer, Mechanical, Electrical and Plumbing Engineers in accordance with the 2016 Architect and Engineer Design Guide.
The Design Builder shall then construct a new duplex based on the design documents approved by the IHS Division of Engineering Services. Architectural finishes, such as siding, shingles, colors, windows, doors, interior wall finishes, cabinetry, etc., shall be proposed to IHS and approved prior to start of construction. The exterior finishes of the duplex unit shall be similar to the construction documents provided for the duplex built in 2017 and approved prior to start of construction. The duplex shall be fully sprinklered, with the exception of garages, in accordance with the NFPA 101 Life Safety Code and per NFPA 13. Hard-wired smoke detectors shall be installed in locations as required by NFPA 101 Life Safety Code and NFPA 72 National Fire Alarm Code.
The Design Builder shall be responsible for all disciplines of design in this contract including but not limited to architectural, structural, civil, mechanical, plumbing and electrical and their respective subfields.
The estimated performance period is 318 days including 138 days for completion of design (final construction documents).
This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the stated services in the future. Responders to this notice are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response.
Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.


Responses
Responses must be limited to five (5) letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include the following:


1. Cover letter/sheet that includes:
a. Your firm's Data Universal Numbering System (DUNS) number,
b. CAGE code (if applicable),
c. Company point of contact (POC) and
d. Socioeconomic status under North American Industry Classification System (NAICS) code, Product Services Code (PSC), clearance level, and any other relevant/appropriate data.
e. Proof of Construction Bonding Level (per contract) - SHALL be a minimum of $1M


2. General Business Information: Provide general information about your business, to include any relevant information to the instant requirement.


3. Experience: Provide specialized experience and technical competence in the type of work required.


4. Past Performance: Provide past performance on contracts with government agencies and private industry similar in size, scope and complexity to the instant project in terms of cost control, quality of work and compliance with performance schedules.


5. Location: Provide geographical location of the office with respect to the area of the project and knowledge of the locality of the project, specifically addressing the rurality.


Restrictions on Response
Questions regarding this RFI shall be emailed to Matt Sanders, Contracting Specialist at matt.sanders@ihs.gov. Telephone solicitations and questions will not be entertained. This sources sought is for informational and planning purposes ONLY and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents.


How to Respond
Please submit your response no later than Wednesday, 27 June 2018 at 3:00PM Pacific Time to matt.sanders@ihs.gov. Please enter "Belcourt Duplex Design Build Construction" into the email subject field.


Matt D. Sanders, Phone 2063747302, Email matt.sanders@ihs.gov - Melissa Warmath, Chief of the Contracting Office, Email melissa.warmath@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP