Similar Projects
Waltman to Shoshoni US 20/26 - N342054 - Fremont County
Infrastructure
Conception
$4,270,000 CJ est. value
Shoshoni, WY 82649

Waltman to Shoshoni US 20/26 - N342054 - Fremont County
Infrastructure
Conception
$4,270,000 CJ est. value
Shoshoni, WY 82649

WY NPD Yell 14(1) Lewis River Bridge
Term Contract
Post-Bid
Yellowstone National Park, WY

Project Manual for Fremont County Solid Waste Disposal District Scalehouse Construction
New Construction, Infrastructure
Post-Bid
$320,000 CJ est. value
Lander, WY 82520

Milling Plant Mix, Bituminous Pavement Surfacing (Recycle), Chip Seal and Miscellaneous
Infrastructure
Results
Atlantic City, Jeffrey City, WY 82520

Grading, Milling Plant Mix, Bituminous Pavement Surfacing, Bridge Rehabilitation, Temporary Concrete Barrier, Guardrail And Miscellaneous Work
New Construction, Infrastructure
Results

Lander to Sinks Canyon Wyoming 131 - 0701005 - Fremont County
Infrastructure
Conception
$3,291,000 CJ est. value
Lander, WY 82520

RIW 053-054 Taxiway A, C1, and D Rehabilitation Rebid
Infrastructure
Post-Bid
$4,000,000 CJ est. value
Riverton, WY 82501

Bituminous Pavement Surfacing(Recycle)
Infrastructure
Results
WY

Ethete to Kinnear WY 132
Infrastructure
Conception
$3,000,000 CJ est. value
Ethete, WY 82510

Riverton Taco John's Remodel
Addition, Renovation, Infrastructure
Post-Bid
$250,000 CJ est. value
Riverton, WY 82501

Waltman - Shoshoni
Infrastructure
Results
$200,000 est. value
Belle Fourche, SD 57717

Lander to Fort Washakie Diversion Dam / US 287
Infrastructure
Conception
$6,347,000 CJ est. value
Fort Washakie, WY 82514

Riverton Streets (Little Wind River Pedestrian Bridge)
Infrastructure
Post-Bid
$1,996,880 CJ est. value
Riverton, WY 82501

Lander - Fort Washakie
Infrastructure
Results
$200,000 est. value
Fort Washakie, WY 82514

Last Updated 03/22/2023 12:04 AM
Project Title

Ft. Washakie Health Center Optometry Clinic Remodel

Physical Address View project details and contacts
City, State (County) Fort Washakie, WY 82514   (Fremont County)
Category(s) Government/Public, Heavy and Highway, Medical
Sub-Category(s) Medical Office/Outpatient, Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $1,599,577 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Mar 08, 2023 Contract Award Number: 75H70123C00011 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: DMG2MMNMUK46 Contractor Awarded Name: PRO-MARK SERVICES INC Contractor Awarded Address: West Fargo, ND 58078-8482 USA Base and All Options Value (Total Contract Value): $1,599,577.00 See attached for Solicitation B01 RFQ WRSU Optometry Remodel 75H70122R00067 for construction services prepared in accordance with FAR Part 36. These construction services are in support of the Indian Health Service (IHS). A full scope of work, plans and specifications and Construction Wage Determination are included in the solicitation documents. Additional details can be found in the solicitation. This project will be advertised as a 100% Small Business set-aside under North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction. The associated size standard for this procurement is $39.5 million. No bidder list is maintained. Interested bidders should follow this solicitation notice on https://sam.gov to receive email notifications of any updates to the initial notice including any subsequent amendments. SCOPE OF WORK: Indian Health Service (IHS), for the Fort Washakie-Wind River Service Unit, is requesting construction services for the renovation of the Optometry and Medical Records Departments located within the Service Unit located in Fort Washakie, WY. The purpose of this project is to provide all services related to the renovate the facility's Optometry and Medical Records (HIM) departments to improve patient access to care. The project shall renovate the existing Optometry and HIM departments to better support the needs of the Service Unit and their patients. The project shall remodel approximately 3,661 total square feet; 778 square feet in HIM, 1546 square feet in Optometry and 1,337 square feet of Office Space respectively. LOCATION OF PROJECT: The Project is to be performed at the following site: Fort Washakie-Wind River Service Unit is located on the Wind River Indian Reservation in Wyoming. TERO: TERO fees do apply. PERIOD OF PERFORMANCE: The contract Period of Performance is 300 calendar days from date of notice of proceed. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000.00 and $5,000,000.00 in accordance with FAR 36.204. SITE VISIT: Details regarding the Site Visit are included in the solicitation. CONTRACT TYPE: The Indian Health Service intends to award a Firm Fixed Price (FFP) contract in support of this requirement. This solicitation will be procured as a Request for Proposal (RFP) in accordance with FAR Part 36 procedures with Lowest Price Technically Acceptable evaluation criteria. NOTE: ALL DATES ARE SUBJECT TO CHANGE. SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $39.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. Registration in the System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at https://sam.gov. Contractors are required to be registered in SAM when submitting an offer or quotation. The Offeror shall ensure information is current in SAM prior to the response due date. It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation. Hard copy documents will NOT be available - all documents for proposal purposes will be posted at the website for download by interested parties. TITLE: WRSU Optometry Remodel (Project# BI21WR201C6) ESTIMATED MAGNITUDE OF CONSTRUCTION (APR 1985) (FAR 36.204): The estimated magnitude of the proposed construction is between $1,000,000 and $5,000,000. PERFORMANCE PERIOD: The performance period for this contract is 300 calendar days from issuance of the Notice to Proceed (NTP). SITE VISIT: A site visit has been scheduled for Thursday, September 22, 2022 at 9:00 AM Mountain Time. Please see provision L.8 for more Site Visit for information. Surety or other security for bonds. The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual Solicitation 75H70122R00067 Project: WRSU Optometry Remodel (Project# BI21WR201C6) Page 35 of 52 sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register or may be obtained from the: U.S. Department of the Treasury, Financial Management, Service Surety Bond Branch, 3700 East West Highway, Room 6 F01, Hyattsville, MD 20782 SUMMARY The project is to renovate the Fort Washakie Service Unit Health Center's Optometry and Medical Records (HIM) departments to improve patient access to care. The project shall renovate the existing Optometry and HIM departments to better support the needs of the Service Unit and their patients. II. PROJECT SCOPE A. Description This project shall remodel approximately 3,661 total square feet; 778 square feet in HIM, 1,546 square feet in Optometry and 1,337 square feet of Office Space respectively. The existing Optometry Clinic space in the Fort Washakie Clinic main building shall be renovated into HIM space. The 778 square foot space shall be renovated to include a patient registration area, office space, and administrative space. The existing office space in Building 76 shall be renovated into the Optometry Clinic. The interior 1,546 square foot space of the building shall be renovated to meet the needs of the Optometry Clinic including four (4) exam rooms, office space, testing areas, a reception area, and a waiting area. The parking lot in front of Building 76 shall be repaved and relined to include five (5) parking spots including one (1) handicapped parking spot. A handicapped accessible ramp shall be installed at the front door of the building. The number of optometry exam rooms at the completion of the project will be increased by 2 (two), to a total of 4 (four). The existing office space in Building 74 shall be renovated into office space for the Purchased and Referred Care office (PRC). The interior 1,337 square foot space of the building shall be renovated to fit the needs of the PRC office including a conference room, two (2) private offices, a reception area and additional cubicle office space. The parking lot in front of Building 74 shall be repaved and relined to include five (5) parking spots including one (1) handicapped parking spot. A handicapped accessible ramp shall be installed at the front door of the building. The overall renovations will improve the efficiency of the clinic and provide better access to care for the patients. END OF SECTION Solicitation 75H70122R00067 Project: WRSU Optometry Remodel (Project# BI21WR201C6) Page 7 of 52 SECTION D PACKAGING AND MARKING D.1 PACKAGING AND MARKING (a) All shipments of materials, equipment and/or supplies to the project site shall be addressed to the Contractor and not the Indian Health Service. Preservation, packaging and packing shall be in accordance with industry standard packaging appropriate for the item(s) involved. The Indian Health Service is not responsible in any manner for deliveries intended for the project that are not generated by the Indian Health Service. (b) Equipment and materials provided by the Contractor shall be new and, where appropriate, shall arrive on-site sealed in original manufacturer's containers. The Government reserves the right to refuse any items deemed to not meet this requirement. (c) Material shall be stored in an enclosed and dry area protected from damage and soiling. The contractor shall coordinate a suitable storage area with the COR. COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 300 calendar days after the date the contractor receives the notice to proceed. The time state for completion shall include final cleanup of the premises. SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. Solicitation 75H70122R00067 Project: WRSU Optometry Remodel (Project# BI21WR201C6) Page 45 of 52 (b) An organized site visit has been scheduled for-- Thursday, September 22, 2022 at 9:00 AM Mountain Time. Please RSVP with the COR, Mr. Stephen Friedman at Stephen.Friedman2@ihs.gov or at (406) 247-7089 NLT COB on September 20,2022. (c) Participants will meet at: Wind River Service Unit 28 Black Coal Dr. Fort Washakie, WY 82514 INQUIRIES (COMMUNICATION WITH THE CONTRACTING OFFICE) (a) Offerors shall submit all questions concerning this solicitation in writing to the Contracting Officer at Nicholas.aprea@ihs.gov. Questions should be received no later than 10 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 Officer, at Nicholas.Aprea@ihs.gov. L.11. PROPOSAL PREPARATION INSTRUCTIONS The offeror's proposal package shall be submitted electronically in PDF format only via email to Contracting Specialist at Nicholas.Aprea@ihs.gov. No facsimile or other alternate method of submission will be accepted. Each electronic file submitted as an attachment to an email transmission shall not exceed 8 megabytes in size. If the aforementioned electronic file exceeds 8 megabytes, divide data into separate files so as not to exceed 8 megabytes per file. Due to file size limitations, each electronic file should be attached to a separate email. Solicitation 75H70122R00067 Project: WRSU Optometry Remodel (Project# BI21WR201C6) Page 46 of 52 Files shall be named as 75H701-22-R-00067, WRSU Optometry Remodel with the addition of "email X of X" (e.g. email 1 of 2) in the subject line. *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

Parking Spaces, 4 Parking Spaces.
Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Wall Coverings, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Metal Storage Shelving, Wardrobe and Closet Specialties, Closet and Utility Shelving, Flagpoles.
Division 11 - Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Collection and Disposal Equipment.
Division 12 - Furnishings, Art, Window Treatments, Casework, Furnishings and Accessories, Office Furniture, Seating, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution, Central HVAC Equipment.
Division 25 - Integrated Automation, Integrated Automation Network Equipment.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Battery Equipment, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Call Management, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities.

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