Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2014 FBO #4479
SOLICITATION NOTICE

Y -- Iowa Tribe Water System Improvements, Iowa Tribe of Oklahoma, Lincoln County, Perkins, OKlahoma

Notice Date
2/26/2014
 
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
2462014C00007
 
Point of Contact
Barry J. Prince, Phone: 2146865377, Judy Perkins, Phone: 405.951.6023
 
E-Mail Address
Barry.prince2@ihs.gov, judy.perkins2@ihs.gov
(Barry.prince2@ihs.gov, judy.perkins2@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: IFB/2462014C00007, Indian Health Service (IHS), Project OK 07-P96, Iowa Tribe Water System Improvements, Iowa Tribe of Oklahoma, Lincoln County, Perkins, Oklahoma. Project Description: IHS Project OK 07-P96 project location is within boundary of trust land owned by the Iowa Tribe of Oklahoma. This project is to design and construct a pumphouse at the west water well with controls and a chlorination system, and design and construct a chlorination room in the existing pumphouse at the east water well location. Both the east and west water wells need new plumbing tree including all piping, meters, and valves due to the exiting plumbing tree being in disrepair. A radio telemetry system will be required to simultaneously turn both pumps on and off based on a programmable level in the existing standpipe. THIS PROCUREMENT IS OFFERED AS A TOTAL 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 System for Award Management (SAM): All prospective contractors shall be registered in the SAM database in order to be eligible for a contract award. The SAM database site is at: http://www.sam.gov/index.html. Registration requires applicants to have a DUNS number from Dun and Bradstreet. By submission of an offer, the offeror acknowledges the requirement that a prospective award shall be registered in the SAM database prior to award, during performance, and through final payment of any awarded contract. This pre-solicitation notice synopsizing this upcoming IFB solicitation satisfies the requirement of FAR 5.201 and 5.203. 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, shall be cause for rejection of the bid/proposal as non-responsive by the Contracting Officer. 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, Water and Sewer Line Related Structures. The small business size standard is a three-year average annual gross of $28.5 million. The period of performance is 180 calendar days from the issuance of the Notice to Proceed by the Contracting Officer. The project dollar magnitude range is between $100,000 and $200,000. The second FedBizOpps posting, which will be posted on/about February 26, 2014, will state the exact date, time and location for the Pre-Bid Conference/Site Visit & the Bid Opening. Any amendments to this procurement will be posted to the FedBizOpps internet website. HARD COPIES OF THIS PROCUREMENT DOCUMENTS ARE NOT AVAILABLE. THE DOCUMENTS WILL BE AVAILABLE FOR VIEWING/DOWNLOADING FROM THE FEDBIZOPPS INTERNET SITE ONLY (http://www.fedbizopps.gov). Interested parties are responsible for monitoring this site to ensure that they have to most up-to-date information regarding this acquisition. The Government anticipates the award of a firm fixed-price contract to the responsive, responsible small business firm providing the lowest grand total price for all items listed on the Bid Schedule form, for all work covered by the Government's Solicitation/Contract, Technical Specifications & Drawings. Questions concerning this acquisition shall be addressed via e-mail to Barry J. Prince, Contract Specialist (Contractor), at Barry.prince2@ihs.gov, with a cc to Judy Perkins, Contracting Officer, at 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/2462014C00007/listing.html)
 
Place of Performance
Address: Lincoln County, Perkins, Oklahoma, United States
 
Record
SN03297837-W 20140228/140226235031-085d7315cb19da95c5a4343408a9d6bf (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.