SOLICITATION NOTICE
Y -- Eric Meece Site Snitation Facilities
- Notice Date
- 7/10/2018
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street, Suite 1071, Dallas, Texas, 75202
- ZIP Code
- 75202
- Solicitation Number
- 18-102-SOL-00052
- Point of Contact
- Robert S. Miller, Phone: 2147678589, Melissa D Warmath, Phone: 2147673517
- E-Mail Address
-
Robert.Miller2@ihs.gov, melissa.warmath@ihs.gov
(Robert.Miller2@ihs.gov, melissa.warmath@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a PRESOLICITATION NOTICE for Solicitation Number 18-102-SOL-00052 and is issued to provide a notice to the public for an upcoming project to be performed in support of the Indian Health Service (IHS). This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System NAICS code is 237110 Water and Sewer Line and Related Structures Construction. Subsector 237 - Heavy and Civil Engineering Construction, having a size standard of $36.5 million. The Indian Health service area for this requirement is within Portland Area - specifically, Tulalip Tribes of Washington, Snohomish County, Washington on the Tulalip Indian Reservation. It requires of the contractor to furnish the following items as outlined in the specifications and project drawings: all necessary tools, equipment, materials, labor, supplies, manufactured articles, all transportation, temporary facilities, and permits - as well as follow Tribal regulations. This project is for the installation of an individual septic system, with the option for a public water service connection for one 3-bedroom home on the Tulalip Reservation in Tulalip, WA. The site is located at 5207 6th Ave NW, Tulalip, WA 98271. The property is on Tulalip Reservation trust land. An electrical service panel is available onsite, and the Contractor must ensure that the homeowner has active electrical service prior to construction. The proposed septic system is to consist of a 1500-gallon concrete tank, with advanced aerobic pretreatment and disposal from a 750-gallon dosing tank to a subsurface drip irrigation drain field with a basal area of 727 square feet. The home currently does not have water service, and this project shall include optional bid items for a connection to the Tulalip public water system. The water system connection shall require a hot tap, a service meter, and approximately 180 linear feet of 1" HDPE service pipe. The water service connection fee shall be included in the offeror's quote. The septic system fee has already been paid by the homeowner - as indicated in the specifications and shown on the drawings. The intent of this project is to award a construction contract pertaining to this requirement. The scope of work performed will be of construction in nature and labeled as Eric Meece Site Sanitation Facilities, Project PO-16-C02I. The resulting contract is generally specification-based and is intended to be complete within thirty (30) days upon issuance of a Notice to Proceed (NTP). Per FAR 36.204, the estimated price range of the resultant construction project is between $25,000 and $100,000. Interested parties shall be required to be registered and certified in the System for Award Management (SAM). Registration may be accomplished at https://www.sam.gov. Items that potential offerors need to be aware of are: 1. Notice of Indian Preference--see HHSAR 352.226-1 Indian Preference 2. TERO fees or Tribal Taxes are applicable 3. Estimated start work on the ground on or about August 17, 2018. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria. The solicitation documents, to include specifications, drawings, Davis Bacon WD, etc., will be issued on or about 26 July 2018, with proposals due at least 30 days after solicitation issuance. This date is subject to change. Hard copy documents will NOT be available - all documents for proposal purposes will be posted at the website for download by interested parties. A formal site visit is planned for on/about 13 August, 2018 for this solicitation. 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 Federal Business Opportunities if interested in this forthcoming acquisition. The official SAM website is located at https://www.sam.gov/portal/public/SAM/. 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. Interested bidders should follow this pre-solicitation notice on FBO by registering in FBO and clicking on "Watch This Opportunity" to receive email notices of any updates to the notice including the posting of the solicitation and any subsequent amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Dallas/18-102-SOL-00052/listing.html)
- Place of Performance
- Address: 5207 6th Ave NW, Snohomish County, Marysville, Washington, 98721, United States
- Zip Code: 98721
- Zip Code: 98721
- Record
- SN04985098-W 20180712/180710231118-499a64d5be17d0b4265fa7ec05a56768 (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 |