SOLICITATION NOTICE
Y -- CONSTRUCT RAW WATER SEDIMENTATION PONDS, KICKAPOO INDIAN RESERVATION, BROWN COUNTY KANSAS
- Notice Date
- 6/18/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
- ZIP Code
- 75202
- Solicitation Number
- RFP-161-03-0035
- Response Due
- 8/6/2003
- Archive Date
- 8/21/2003
- Point of Contact
- William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194, - William Obershaw, Senior Contracting Officer-Chief of Contracting Office, Phone 214.767.3934, Fax 214.767.5194,
- E-Mail Address
-
wobershaw@esd.ihs.dhhs.gov, wobershaw@esd.ihs.dhhs.gov
- Description
- CONSTRUCTION RAW WATER SEDIMENTATION PONDS, KICKAPOO INDIAN RESERVATION, BROWN COUNTY, KANSAS The purpose of this competitive solicitation is to select a firm to provide construction of one earthen raw water sedimentation ponds, pump station, controls, piping and appurtenances for individual homes water supply and distribution systems on the Kickapoo Indian Reservation, Brown County, Kansas. The Contractor shall provide all labor, material, supplies, transportation, equipment supervision and all other necessary items for complete and useable projects, performing all work in a workman like manner in complete compliance with all plans, drawings, and specifications issued. Common trades which may be needed include, carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, trades identified in the Davis Bacon Wage Determination and other trades common to the construction industry for sewer type projects. Period of performance will be 150 calendar days. BID BONDS, PAYMENT AND PERFORMANCE BONDS ARE REQUIRED. NAICS CODE IS 237110. SIZE STANDARD IS $27.5 Million. The estimated project size is between $ 100,000.00 and $500,000.00 SET-ASIDE NOTICE: This procurement has the following Set-Asides. FAR 52.219-6 Notice of Total Small Business Set-Aside. (Jan 1996) Proposals under this acquisition are solicited from Small Business concerns only. Proposals that are not from a Small Business shall not be considered and shall be rejected. Additionally, in accordance with Public Law 100-656, this procurement is a 51% Buy Indian Set Aside. The proposed contract listed herein is Set Aside under the Buy Indian Act for 51 percent Indian owned, controlled and operated firms. In accordance with the Indian Health Service Acquisition Regulation, Paragraph 370.503(E), not more than 50 percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act, shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies or equipment. Contractors shall indicate whether they are 51 percent Indian owned, controlled and operated firm. In order for Indian firms to prove they can meet the qualification requirements of the Buy-Indian Set Aside restriction, i.e. Offeror?s who are currently certified by the Indian Health Service or the Bureau of Indian Affairs as an Indian Firm, need to submit certification, Tribal Affiliation and Degree of Indian Blood with their offer. Offeror?s who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the Buy Indian Act. Joint Ventures will be considered as long as the Indian firm is the managing entity. A copy of the joint venture agreement must be submitted with offer. The Best Value Source Selection process will be used to ensure selection of the source evidencing the best overall capability to perform the work in a manner most advantageous to the Government, as determined by evaluation of proposals in accordance with the established criteria. Offeror?s are encouraged to demonstrate adequate experience, past performance, and technical ability to establish that their proposal will provide maximum benefit to the Government. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all offeror?s; to award the contract to other than the lowest total price; and to award to the offer or submitting the proposal determined by the Government to be the most advantageous to the Government. Past Performance, Professional Qualifications of Firm, Management Plan, and Key Personnel are to be addressed by each firm and are 60% of the Award value. Price is 40% of Award Factor. Therefore the lowest offeror?s may not receive the award. Discussions may or may not be held; therefore, offeror?s should present their best and final pricing at the time of submission. Plans and specifications and solicitation documents will be available on or about July 7, 2003. A copy of the solicitation plans and drawings may be purchased for a non-refundable fee of $35.00 per set. A cashier check, bank or postal money orders made payable to the Indian Health Service must accompany your request. CASH, COMPANY CHECKS OR PERSONNEL CHECKS WILL NOT BE ACCEPTED AND WILL BE RETURNED. Submit your written request along with payment to Chief of Contracting, Indian Health Service, Division of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas 75202. Proposals are due by 2:00 P.M. Central Time on AUGUST 6, 2003. Proposals must be delivered to the address listed above. Question concerning this announcement MUST may be submitted in writing to: Chief of Contracting Office at FAX (214) 767-5194.
- Place of Performance
- Address: Kickapoo Indian Reservation, Brown County Kansas
- Record
- SN00350355-W 20030620/030618213317 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |