Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2022 SAM #7422
MODIFICATION

Y -- Individual Homeowner Septic System Replacement - Pierce County, WA

Notice Date
3/25/2022 4:43:38 PM
 
Notice Type
Solicitation
 
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
75H70122Q00011
 
Response Due
4/8/2022 2:00:00 PM
 
Archive Date
04/23/2022
 
Point of Contact
Toby Hayden, Phone: 5034145524
 
E-Mail Address
toby.hayden@ihs.gov
(toby.hayden@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION NOTICE for solicitation number 75H70122Q00011 for a construction project for the Indian Health Service (IHS).� The purpose of this project is to replace an on-site septic system on fee land in Pierce County, WA.� This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 237110 Water and Sewer Line and Related Structures Construction.� The associated size standard for this procurement is $39.5 million. Please review all attachments to this notice for details. SCOPE OF WORK:� See Section C of the attached solicitation (Attachment B01 75H70122Q00011) LOCATION OF PROJECT:� Work is to be completed to a private home, under the jurisdiction of Pierce County.� See solicitation attached for details. TERO: TERO fees do not apply. CONSTRUCTION DURATION:� Period of Performance is 60 calendar days after issuance of a Notice to Proceed. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $25,000 and $100,000. SITE VISIT:� Site visits are encouraged and may be arranged by contacting the Homeowner directly.� See FAR 52.236-27 (solicitation page 29) for details including contact information. CONTRACT TYPE:� The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. This solicitation will be procured as a Request for Quotes (RFQ) in accordance with FAR Part 13 and 36 procedures with price being the discriminating factor for award among offers. QUOTE REQUIREMENTS: The quote package shall include the following: 1. Complete SF1442, blocks 14-20c. Any and all solicitation amendments require acknowledgement in Block 19 of the SF1442; 2. Section B, Price Schedule shall be filled out in its entirety; and 3. Confirmation that the installer for OSCAR II drainfield is certified by Lowridge Onsite Technologies. QUOTE DUE DATE: The offeror�s quotation shall be submitted electronically in PDF format via email to toby.hayden@ihs.gov at your earliest convenience but no later than April 8, 2022 at 2:00 PM PT unless changed by amendment. EVALUATION: In accordance with FAR 13.106-2, the evaluation for this award will be based on price and the quoter�s compliance with the terms and conditions for this request for quotes; see Section L. The quoter shall possess all necessary certifications to perform the work specified in Section C in order to be eligible for award. Prices quoted must reflect the quoter�s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government. Required Certification: Installer for OSCAR II drainfield must be certified by Lowridge Onsite Technologies in order to be eligible for award. Price is the discriminating factor for award among offers. The Total Firm Fixed Price (inclusive of Option Items) listed in block 17 of the SF1442 shall be utilized for the overall price evaluation and to determine the lowest priced offer. QUESTIONS: Quoters shall submit all questions concerning this solicitation in writing to the Contracting Officer, Toby Hayden, at toby.hayden@ihs.gov.� Questions should be received no later than 5 days prior to quote due date to allow time for a response. NOTE: ALL DATES ARE SUBJECT TO CHANGE.� SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. 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 $39.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation.� Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award.� Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov.� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5262993764034325a246df37cb5bd184/view)
 
Place of Performance
Address: Tacoma, WA 98446, USA
Zip Code: 98446
Country: USA
 
Record
SN06279277-F 20220327/220326171913 (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 |
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.