Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2012 FBO #3695
SOLICITATION NOTICE

S -- Wastewater Pond Expansion and Lagoon Improvements for the Site 1 Sub-division, Kickapoo Tribe of Kansas, Brown County

Notice Date
1/4/2012
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-12-C-0006
 
Archive Date
2/28/2012
 
Point of Contact
Judy C. Perkins, Phone: 405.951.6023, Ronda Longbrake, Phone: 405-951-3999
 
E-Mail Address
judy.perkins@mail.ihs.gov, ronda.longbrake@ihs.gov
(judy.perkins@mail.ihs.gov, ronda.longbrake@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: Scope of Work: Wastewater Pond Expansion and Lagoon Improvements for the Site 1 Sub-division, Kickapoo Tribe of Kansas, located in Brown County. The work consists of an additional wastewater lagoon cell with an approximate surface area of 0.202 acres, 2 solar powered mixers, 250 LF of 8” sewer main, manholes and appurtenances. To include cell to cell transfer structures, fencing, and all appurtenances as described in the bid schedule, plans, specifications and drawings. The work will include, but not be limited to, furnishing all labor, tools, equipment, materials, supplies, transportation, supervision and all other necessary items for a complete project, performing all work in a workman like manner in complete compliance with all plans, specifications and drawings approved by the Government. Complete details and requirements can be found in the solicitation documents. Bid Guarantee-Bonding: As required by FAR Clause 52.228-1 Bid Guarantee, the offeror shall furnish to the Contracting Officer with the proposed price a bid guarantee. The amount of the bid guarantee shall be 20 percent of the bid/proposed price. Failure to provide a bid guarantee in the proper form and amount, by the time set for receipt of bids/proposals, will be cause for rejection of the bid/proposal. Additionally, the selected offeror shall be required to provide payment and performance bonds as specified in FAR 52.228-15 Performance and Payment Bonds-Construction. The penal amount of payment bond and performance bond shall be 100 percent of the original contract price at the time of contract award. The applicable North American Industry Class System (NAICS) is 237110. The small business size standard is a three-year average annual gross of $ 28.5 million. The estimated project size is between $ 100,000 and $ 250,000. This procurement is offered as a Small Business set-aside. A Small Business set aside is defined in FAR Part 19.301-1, Representation by the offeror. To be eligible for award as a small business, an offeror must represent in good faith that it is a small business at the time of its written representation. An offeror may represent that it is a small business concern in connection with a specific solicitation if it meets the definition of a small business concern applicable to the solicitation and has not been determined by the Small Business Administration (SBA) to be other than a small business. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: All firms or persons wishing to respond to this solicitation must be registered in the "Central Contractor Registration (CCR) database" which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective award shall be registered in the CCR database prior to award, during performance, and through final payment of any awarded contract. The period of performance for this construction project is 120 calendar days. The estimated solicitation issuance date is (o/a) JANUARY 23, 2012. The bid opening date and time will be specified in the solicitation document. A PRE-BID CONFERENCE/SITE VISIT IS SCHEDULED FOR 10:00 AM (LOCAL TIME), WEDNESDAY, FEBRUARY 8, 2012 (WEATHER PERMITTING PRE-BID CONFERENCE/SITE VISIT MAY BE POSTPONED DUE TO BAD WEATHER CONDITIONS. AN AMENDMENT WILL BE ISSUED AND RESCHEDULED DATE POSTED ON THE FEDERAL BUSINESS OPPORTUNITIES WEB SITE AT http://www.fbo.gov AND THE SITE VISIT WILL BE RESCHEDULED). THE PRE-BID CONFERENCE/SITE VISIT WIL BE HELD AT THE TRIBAL ADMINISTRATION BUILDING, 1107 GOLDFINCH RD., HORTON, KANSAS 66439. THIS IS THE ONLY SITE VISIT THAT WILL BE ALLOWED. THE CONTRACTING OFFICER HIGHLY RECOMMENDS ALL INTERESTED PARTIES ATTEND THE SITE VISIT. All questions/clarifications gener ated from the pre-bid conference/site visit shall be submitted to Barry J. Prince, Contract Specialist @ Barry.prince2@ihs.gov, with a cc to Judy Perkins, Contracting Officer @ Judy.perkins2@ihs.gov, by no later than COB February 13, 2012. All questions/clarifications/answers will put into a formal amendment, which will be posted only on the FedBizOpps website. Award of a Firm Fixed-Price contract is scheduled for March 2012. HARD COPIES OF THE SOLICITATION WILL NOT BE AVAILABLE. PROJECT DOCUMENTS WILL BE AVAILABLE BY DOWNLOAD FROM THE INTERNET ONLY. DOWNLOADS ARE AVAILABLE THROUGH THE FEDBIZOPPS WEBSITE. ALL FUTURE INFORMATION ABOUT THIS ACQUISITION, INCLUDING AMENDMENTS, WILL BE DISTRIBUTED SOLELY THROUGH THIS SITE. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This announcement serves as the Advance Notice for this project. Questions concerning this solicitation shall be addressed via e-mail to Barry.prince2@ihs.gov, with a cc to Judy.perkins2@ihs.gov. TELEPHONE INQUIRIES CANNOT BE ACCEPTED AND TELEPHONE CALLS WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-12-C-0006/listing.html)
 
Place of Performance
Address: 1107 Goldfinch Road, Horton, Kansas, 66439, United States
Zip Code: 66439
 
Record
SN02648741-W 20120106/120104234533-e64984a7b2a1cb27710f98dfc6798512 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.