SOLICITATION NOTICE
Z -- Reservation-Wide Transfer Stations Improvements for the Crow Tribe, Crow Reservation in Big Horn County, Montana
- Notice Date
- 4/20/2022 11:25:52 AM
- 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
- 75H70122R00034
- Archive Date
- 06/21/2022
- Point of Contact
- Matthew Phelps, Phone: 2066132153
- E-Mail Address
-
matthew.phelps@ihs.gov
(matthew.phelps@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a PRESOLICITATION NOTICE, Solicitation 75H70122R00034 for the Crow Waste Transfer Stations Renovations a construction project for the Indian Health Service, Division of Engineering Services.� The Government anticipates releasing the solicitation on or about 5 May 2022 and will remain open for approximately 30 calendar days.� The solicitation and all amendments for this Request for Proposals will be posted on https://www.sam.gov/.� A full scope of work, plans and specifications and Construction Wage Determination will be included in the solicitation documents.� Additional details can be found in the solicitation when it is posted to https://www.sam.gov/. SCOPE OF WORK:� The purpose of this project is to provide all services related to the renovation & repair to the Crow Agency, Pryor and St Xavier transfer stations. LOCATION OF PROJECT:� All work shall be performed at the Crow Agency, Pryor, St Xavier, in Big Horn County, Montana. CONSTRUCTION DURATION:� Period of Performance is 150 calendar days from issuance of the Notice to Proceed. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $500,000 and $1,000,000, in accordance with FAR 36.204(g). SITE VISIT:� Details regarding the Site Visit will be included in the solicitation. NOTE: ALL DATES ARE SUBJECT TO CHANGE.� SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. This project will be procured as a 100% Small Business set-aside solicitation with a preference for Indian Economic Enterprises (IEEs) 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. 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. INDIAN OWNED BUSINESSES: For Indian owned businesses, the contractor will be required to complete and submit an attachment entitled, �IHS IEE Representation Form (Jan 2022)�, which will be included with the solicitation, along with your firm�s proposal along with the controlling enterprise�s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission. It is the responsibility of the contractor to check https://www.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. 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 (LPTA) evaluation criteria. CONTRACT TYPE: �The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. 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. 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 https://www.sam.gov if interested in this forthcoming acquisition.� NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN.� FIRMS ARE INSTRUCTED NOT TO CALL REQUESTING MORE INFORMATION. Interested bidders should follow this pre-solicitation notice on SAM by registering in SAM and clicking on ""Follow"" to receive notices of any updates to the notice including the posting of the solicitation and any subsequent amendments.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/05d9bb5be5e74e2a98aec498553613bb/view)
- Place of Performance
- Address: Wyola, MT 59089, USA
- Zip Code: 59089
- Country: USA
- Zip Code: 59089
- Record
- SN06303078-F 20220422/220420230055 (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 |