Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:75H70121Q00018
Project # PO-20-C72H “Warm Springs Onsite Septic System Replacement”. This is a PRESOLICITATION NOTICE, Solicitation 75H70121Q00018 for the Warm Springs Individual Onsite Septic System Replacement, a ...
Project # PO-20-C72H “Warm Springs Onsite Septic System Replacement”. This is a PRESOLICITATION NOTICE, Solicitation 75H70121Q00018 for the Warm Springs Individual Onsite Septic System Replacement, a construction project for the Indian Health Service. This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 237110 Water and Sewer Line and Related Structures Construction. The associated size standard for this procurement is $39.5 million. The Government anticipates releasing the solicitation on or about January 27, 2021 with proposals due at least 16 calendar days after solicitation issuance. This date is subject to change. A full scope of work, plans and specifications and Davis Bacon Wage Determination will be included in the solicitation documents. Hard copy documents will NOT be available – all documents for proposal purposes will be posted at https://beta.sam.gov/ for download by interested parties. SCOPE OF WORK: The contractor shall install a fully functional septic tank, pump chamber package and conventional drainfield system for this site. The septic system shall consist of: 4-inch PVC solid sewer pipe, 2-way cleanout, watertight installation of a 1500 gallon precast concrete septic tank with pump chamber, biotube pump package with control panel, transport pipe, and riser lids to grade, layout staking and construction of a 360 linear feet equal distribution conventional drainfield with distribution box and access ports located at the end of each lateral, all fittings and connections resulting in a complete and operational system and abandonment of an existing 1000 gallon tank. The system must be installed in accordance with the Oregon Administrative Rules and by a State of Oregon Licensed Installer. The contractor shall coordinate a pre-cover final inspection with IHS and/or Tribal Representatives, provide an as built drawing showing location of all facilities installed and provide payment of TERO fees. Work is to be completed to a private home, under the jurisdiction of the Warm Springs Tribe. The intent of this project is to award a construction contract pertaining to this requirement. LOCATION OF PROJECT: 8205 County Line Road, Warm Springs OR 97761-9700. This project will take place on tribal land of the Warm Spring Indian Reservation. TERO fees do apply for this acquisition. CONSTRUCTION DURATION: Period of Performance is 60 calendar days after issuance of a Notice to Proceed. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $25,000 and $100,000. SITE VISIT: A formal site visit is not planned. Further details regarding the individual contractor initiated Site Visit(s) will be included in the solicitation (i.e., contractor contacts the homeowner directly). CONTRACT TYPE: The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. 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. It is the responsibility of the contractor to check https://beta.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. This solicitation will be procured as a Request for Quotations (RFQ) in accordance with FAR Part 13 and 36 procedures with Lowest Price evaluation criteria. NOTE: 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://www.sam.gov. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM. This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidder list is maintained. All potential bidders should register with https://beta.sam.gov/ if interested in this forthcoming acquisition.