SOLICITATION NOTICE
Y -- Albuquerque SFC MATOC
- Notice Date
- 8/24/2020 1:47:23 PM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70120R00011
- Response Due
- 9/8/2020 2:00:00 PM
- Archive Date
- 09/23/2020
- Point of Contact
- Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
andrew.hart@ihs.gov
(andrew.hart@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Description: This is a Presolicitation Notice.� The RFP will be available on or around September 8, 2020 (subject to change) on beta.sam.gov, under solicitation 75H70120R00011. The proposed contract listed here is 100 percent set-aside for small business concerns.� The Government will only accept offers from certified Small Businesses.� All other firms are deemed ineligible to submit offers. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $37.5 million under NAICS 237110.� For information concerning NAICS and SBA size standards, please visit www.sba.gov. Authority: IHS/ OEHE/ DES is issuing this synopsis in accordance with FAR 5.204 Presolicitation Notices Purpose: This solicitation will result in a firm-fixed price, Indefinite-Delivery/ Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for performance of Sanitation Facilities Construction (SFC) services for the Department of Health and Human Services (DHHS)/ Indian Health Service (IHS). Work will primarily be performed at various facilities in the IHS geographic region of Albuquerque, but may occasionally be performed at other locations throughout the United States. � Typical services to be performed under this contract include water and wastewater utilities construction.� Typical projects include but are not limited to individual and community water service lines, wells, water pressure systems, wastewater collection and treatment systems, lift stations, septic tanks, etc. Award of this contract is scheduled for January 2021. Each of the resulting MATOC contracts will include a one year base period, and four one-year option periods.� The maximum ordering capacity is $10,000,000 total for each contract awarded, or five years, whichever comes first.� The minimum and maximum values for a single Task Order are $1,000 and $5 million, respectively, excluding the minimum guarantee.� The minimum guaranteed order for each contract is one Task Order valued at $1,000 for the life of the contract. A MATOC is a contract awarded from a single solicitation, and may result in award to multiple contractors.� This procurement consists of one solicitation with the intent to award between three (3) to five (5) contracts.� After award of each basic contract, the only work authorized under this contract is that which is ordered by the Government through issuance of a Task Order. Contract Type: Firm-Fixed Price The solicitation will be available for download no earlier than 15 days following the posting of this synopsis and the response date of the solicitation is no earlier than 45 calendar days from the date of the solicitation release date. The proposal due date will be noted on the RFP at the time of issuance. There is no information available until the issuance of the solicitation via the internet. All interested firms, including subcontractors, are encouraged to register as an interested party on beta.sam.gov to receive notification of solicitation issuance. �Issuance of the solicitation will be in electronic format only. No discs or hard copy will be available.� 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. Offerors are required to be registered in SAM to be eligible for award. 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.� Location: IHS Geographical Region of Albuquerque. Description: This is a Presolicitation Notice.� The RFP will be available on or around September 8, 2020 (subject to change) on beta.sam.gov, under solicitation 75H70120R00011. The proposed contract listed here is 100 percent set-aside for small business concerns.� The Government will only accept offers from certified Small Businesses.� All other firms are deemed ineligible to submit offers. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $37.5 million under NAICS 237110.� For information concerning NAICS and SBA size standards, please visit www.sba.gov. Authority: IHS/ OEHE/ DES is issuing this synopsis in accordance with FAR 5.204 Presolicitation Notices Purpose: This solicitation will result in a firm-fixed price, Indefinite-Delivery/ Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for performance of Sanitation Facilities Construction (SFC) services for the Department of Health and Human Services (DHHS)/ Indian Health Service (IHS). Work will primarily be performed at various facilities in the IHS geographic region of Albuquerque, but may occasionally be performed at other locations throughout the United States. � Typical services to be performed under this contract include water and wastewater utilities construction.� Typical projects include but are not limited to individual and community water service lines, wells, water pressure systems, wastewater collection and treatment systems, lift stations, septic tanks, etc. Award of this contract is scheduled for January 2021. Each of the resulting MATOC contracts will include a one year base period, and four one-year option periods.� The maximum ordering capacity is $10,000,000 total for each contract awarded, or five years, whichever comes first.� The minimum and maximum values for a single Task Order are $1,000 and $5 million, respectively, excluding the minimum guarantee.� The minimum guaranteed order for each contract is one Task Order valued at $1,000 for the life of the contract. A MATOC is a contract awarded from a single solicitation, and may result in award to multiple contractors.� This procurement consists of one solicitation with the intent to award between three (3) to five (5) contracts.� After award of each basic contract, the only work authorized under this contract is that which is ordered by the Government through issuance of a Task Order. Contract Type: Firm-Fixed Price The solicitation will be available for download no earlier than 15 days following the posting of this synopsis and the response date of the solicitation is no earlier than 45 calendar days from the date of the solicitation release date. The proposal due date will be noted on the RFP at the time of issuance. There is no information available until the issuance of the solicitation via the internet. All interested firms, including subcontractors, are encouraged to register as an interested party on beta.sam.gov to receive notification of solicitation issuance. �Issuance of the solicitation will be in electronic format only. No discs or hard copy will be available.� 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. Offerors are required to be registered in SAM to be eligible for award. 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.� Location: IHS Geographical Region of Albuquerque.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f497624a35e741878da9fb50a5e208e2/view)
- Place of Performance
- Address: NM, USA
- Country: USA
- Country: USA
- Record
- SN05770942-F 20200826/200824230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |