Similar Projects
Carpet Replacement
Alteration
Post-Bid
Helena, MT 59601

Flooring Replacement
Alteration
Results
Whitehall, MT 59759

University Services Apartments Flooring FY 21/22
Alteration
Results
Bozeman, MT

Interior Partial Renovation
Renovation, Demolition - 3,357 SF
Post-Bid
$48,700 est. value
Deer Lodge, MT 59722

Residence Life Flooring 2022
Alteration
Post-Bid
Bozeman, MT 59718

MMHNCC Flooring Replacement D,F and G Wings
Alteration
Post-Bid
Lewistown, MT 59457

Montana Mental Health Nursing Care Center - Flooring Replacement D,F & G Wings / Dphhs
Term Contract
Results
Lewistown, MT 59457

Legislative Chamber Carpeting
Alteration
Results
Helena, MT 59601

Flooring Replacement at Russell Elementary School
Alteration
Post-Bid
$50,000 est. value
Kalispell, MT 59901

As Needed Flooring and Installation Service
Alteration
Post-Bid
Missoula, MT 59812

Stairwell Flooring
Alteration
Post-Bid
$200,000 est. value
Great Falls, MT 59402

Mitchell 4th Floor Carpeting
Renovation
Post-Bid
$30,000 CJ est. value
Helena, MT 59601

Remove / Replace Carpeting at 2 Sites
Renovation
Results
$31,567 CJ est. value
Billings, MT 59101

Last Updated 12/20/2022 11:03 PM
Project Title

Northern Cheyenne Service Unit Flooring Project

Physical Address View project details and contacts
City, State (County) Lame Deer, MT 59043   (Rosebud County)
Category(s) Single Trades
Sub-Category(s) Flooring
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $840,441 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Dec 20, 2022 Contract Award Number: 75H70122C00001 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: EWT1YS4HR333 Contractor Awarded Name: Grainger Contracting and Services, LLC Contractor Awarded Address: Marietta, GA 30068-3251 USA Base and All Options Value (Total Contract Value): $840441.00 Project #BI19NC200C6: Northern Cheyenne Service Unit Flooring Replacement Project The Contractor shall be responsible for all necessary work to achieve required outcomes, including materials, labor, equipment, tools, personal protective equipment (PPE), coordination with Authorities Having Jurisdiction (AHJ), internal construction permits, incidental design, travel, tribe fees, and other related expenses to replace carpeting and vinyl composition tile (VCT) flooring in the main hallways and corridors and other designated areas at the Northern Cheyenne Service Unit located in Lame Deer, MT. A full scope of work, technical specifications, and drawings can be found in pages of this solicitation. Site Visit information can be found at Section L.8 of this solicitation. Offerors MUST confirm attendance no less than one week prior to the site visit. This requirement is a 100% Small Business set-aside and the associated NAICS is 238330 Flooring Contractors with a with small business size standard of $16.5 million. Preference will be given to Indian Economic Enterprise (IEE) firms. ESTIMATED MAGNITUDE OF CONSTRUCTION (APR 1985) (FAR 36.204): The estimated magnitude of the proposed construction is between $250,000.00 and $500,000.00 NOTES: B.3 Incidental Payment Items - The intent of the contract is to provide for the complete work of the project described in the contract. Unless otherwise provided, the contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, taxes and fees requirements and perform all work required to complete the project in accordance with the drawings, specifications, and provisions of the contract. Payment for contract work will be made for and under those pay items included in the Schedule of Items (which is one lump sum price for the contract). All other work and materials will be considered as incidental to and included in the payment for items shown. B.4 SF1442, Block 24: Invoices for payment shall be sent to the COR and Contracting Officer via email and reviewed and signed by the COR (signature) prior to submission to the Contracting Officer. The signed payment invoice shall be sent via e-mail to IHS Contracting Officer for final approval. HHSAR 352.232-71, Electronic Submission of Payment Requests (Feb 2022) has been added in full text at Section I.11. Please follow instructions for submitting invoices by email in this paragraph until otherwise directed. B.5. Pricing Data Submission: In accordance with FAR 15.403-3(a)(ii), Requiring Data Other Than Certified Cost or Pricing Data, it may be requested that pricing data be submitted to show the breakdown of costs for the above CLIN. The price breakdown must be submitted on the Schedule of Prices in paragraph B.2. This is requested so that the Contracting Officer can make the determination of a fair and reasonable price. For example, the price breakdown shall have the direct labor cost and direct material cost broken out. B.6. Disclosure of the Magnitude: In accordance with FAR 36.204, this project is estimated to be between $250,000 and $500,000. B.7. Wage Determination: Construction wages shall be paid for all applicable labor categories for each price schedule line item and shall be included in all pricing in accordance with FAR 52.222-6, Construction Wage Rate Requirements. The applicable Wage Determination(s) is included in Section J, Attachment J02. IMPORTANT INFORMATION: Under no circumstances will any oral statements made be binding upon the Government unless such statements or agreements are issued in writing by the Contracting Officer. Only a warranted Contracting Officer acting within their delegated limits has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract, you shall not proceed within the change and shall immediately notify the Contracting Officer 1. PURPOSE OF CONTRACT: The purpose of this project is to replace carpeting and vinyl composition tile (VCT) flooring in the main hallways and corridors and other designated areas at the Northern Cheyenne Service Unit located in Lame Deer, MT. A. CONTRACT SUMMARY The scope of this project is to replace carpeting and vinyl composition tile (VCT) flooring with new flooring in the main hallways and corridors and other designated areas at the Northern Cheyenne Service Unit located in Lame Deer, MT. The project consists of demolition/removal of existing carpet flooring and VCT in designated areas of the facility. As part of the project, there will be demolition and reinstallation of flooring in areas other than hallways and corridors that are in need of replacement. Replacement flooring shall be installed in accordance with the provided drawings with integral base cove in the areas indicated. Heatwelded luxury vinyl tile (LVT) shall be installed in areas where carpet is not requested, such as entryways, hallways, corridors, and certain patient care areas. In addition to flooring, any trim and appurtenances shall be removed and replaced for a complete and professional appearance. All flooring materials, styles and colors will be subject to clinic approval. In addition, the clinic would like a geometric "morning star" design (as seen on the Northern Cheyenne flag) in the main lobby and in a contrasting color as indicated by attached drawings. The project is listed in HFEDS for replacement of carpet in patient care areas with solid surface cleanable product because of infection control issues. The project has been expanded to replace all flooring marked in the provided drawings. The work includes but is not limited to the following: 1. Demolition of existing vinyl base and replacement with base of color and pattern determined by the facility. 2. Demolition of existing VCT flooring in locations marked on drawings and plans. 3. Demolition of existing carpeting in locations marked on drawings and plans. 4. Installation of new approved flooring material in all locations where previous carpet tile and vinyl flooring was removed. 5. Installation of base cove, including integral base cove where indicated on the drawings. 6. Restoration of site to original condition and proper disposal of waste materials. Offerors shall submit all questions concerning this solicitation in writing to the Contracting Officer at jeffrey.haubenreiser@ihs.gov. Questions should be received no later than 7 days prior to the proposal receipt date to allow time for a response. Responses to inquiries received after this date will be at the discretion of the Government. Any responses to questions will be writing included in an amendment to the solicitation, without identifying the questioner. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern evaluation of offers and performance of the contract. Information provided with each question should include a specific page, paragraph, clause or definitive citation requiring clarification or concern. (b) All inquiry emails shall have the name of firm, address, and contact number included in the text body of the email and be associated with a specific, named individual - first and last name and their position in the firm. (c) DO NOT directly contact the COR or other Government personnel listed in the Specifications/Drawings. These personnel have been informed to direct all questions by interested offerors to be submitted to the Contracting specialist, at jeffrey.haubenreiser@ihs.gov. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 09 - Finishes, Flooring.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents