Inactive
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
Notice ID:DOIAFBO210017
SPOKANE DETENTION CENTER ROOF The Spokane Reservation in Stevens County, Washington State, has a roof repair and replacement requirement at the Spokane Adult Detention Center located at 249 Agency Squ...
SPOKANE DETENTION CENTER ROOF The Spokane Reservation in Stevens County, Washington State, has a roof repair and replacement requirement at the Spokane Adult Detention Center located at 249 Agency Square, Wellpinit, WA 99040. The contractor shall provide all supervision, labor, equipment and materials to replace 4,397 square feet of roof and shall include replacing the skylights. This description is for general information only and not intended to describe all materials or define the scope of work. This is a pre-solicitation notice only and does not constitute a solicitation. Accordingly, no response is due at this time, nor will any questions of a technical or contractual nature be answered. Specific instructions on submitting responses will be contained in solicitation documents. A date and time for a site visit will be specified in the solicitation. This acquisition is being solicited as a Total Indian Small Business Economic Enterprise (ISBEE) set aside. This is a 100% ISBEE Set Aside. The applicable North American Classification System (NAICS) code is 236220 Commercial and Institutional Building Construction (including new work, additions, alterations, maintenance and repairs) with a size standard of $39.5 Million. In accordance with Federal Acquisition Regulations (FAR) Subpart 36.204, Disclosure of Magnitude of Construction Project, the magnitude of this project is (B) between $25,000 and $100,000. If the offer should exceed $35,000, in accordance with FAR 28.102 for construction contracts greater than $35,000 but not greater than $150,000, payment protection is required within 10 days of award. The period of performance is for 30 days from the issuance of the Notice to Proceed. In compliance with FAR 22.403-1, Construction Wage Rate Requirements, the prevailing wage rates will apply. A solicitation will be issued as a Request for Quote (RFQ) solicitation. Award will be made utilizing the Lowest Price Technically Acceptable (LPTA) Best Value approach to the Government in accordance with FAR 15.101. A contract award will be made in the best interests of the Government to the lowest priced offeror, who is meets the technical qualifications, is responsible and whose price is considered fair and reasonable. The solicitation subsequent to this announcement may be canceled at any time. For this Pre Solicitation Notice, the closing date and time is December 24, 12:00 p.m. Pacific Time. Please email your contact information to lorna.craig@bia.gov, to be placed on the plan holder¿s list to obtain a copy of the solicitation package. Telephone requests for the solicitation package or unofficial plan holder list will not be honored. NOTE: The response date cited above is an estimate, not an actual. This notice does not obligate the government to award a contract nor does it obligate the government to pay for any quote preparation costs. The Point of Contact is the Bureau of Indian Affairs, Central Office, Division of Acquisition, Attention: Lorna Craig, Contract Specialist and Shaun McGinnis, Contracting Officer, shaun.mcginnis@bia.gov. Any further questions regarding this announcement may be directed to Lorna Craig. All companies submitting quotes must be registered in the SAM in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov.