Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2023 SAM #7751
SOURCES SOUGHT

99 -- Sources Sought for Individual On-Site Wastewater Disposal Systems

Notice Date
2/14/2023 1:59:53 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
CALIFORNIA INDIAN HEALTH SERVICE SACRAMENTO CA 95814 USA
 
ZIP Code
95814
 
Solicitation Number
75H70323SS00001
 
Response Due
3/1/2023 3:30:00 PM
 
Point of Contact
Ronda English, Phone: 9165913219, Rachel Rosas, Phone: 9169303981318
 
E-Mail Address
ronda.english@ihs.gov, Rachel.Rosas@IHS.gov
(ronda.english@ihs.gov, Rachel.Rosas@IHS.gov)
 
Description
Sources Sought for Individual On-Site Wastewater Disposal Systems, Individual Water and Sewer Service Lines, and Other Required Appurtenances, near Native American residences located in Mendocino, Lake and Sonoma Counties, California. Sources Sought Number 75H703-23-SS-00001. This �Sources Sought� is for Market Research purposes only, not a solicitation, solicitation number will be different than the sources sought number. The purpose of this notice is to gauge interest regarding availability and capabilities of qualified small business entities. This notice may or may not result in a Solicitation, Request for Proposal (RFP), Invitation for Bid (IFB) or Request for Quotation (RFQ). The Indian Health Service (IHS), California Area Office (CAO) will utilize any responses for information purposes only upcoming Government acquisitions. Agency Mission. Indian Health Service (IHS) is an agency within the Department of Health and Human Services (DHHS), is responsible for providing federal health services to American Indians and Alaska Natives from federally recognized tribes. The California Area Office�s (CAO) mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. Disclaimer. This is not a solicitation for bids or proposals. IHS will not award a contract as a result of this Sources Sought.� The Government will not reimburse respondents for any costs associated with their response to this notice. IHS, CAO will utilize responses to determine set-aside potential and competition requirements to methods of procurement, i.e., Request for Proposals (RFP), Request for Quotations (RFQ), Invitation for Bids (IFB). Any competition requirements and subsequent contract types which may include Indefinite Delivery Indefinite Quantity (IDIQ), Requirement contracts, and/or standalone contracts for a specific services or items. All acquisitions will be solicited and awarded utilizing Federal Acquisition Regulations, DHHS and IHS policies, regulations, and best practices. Indian Economic Enterprise (IEE) and Indian Small Business Economic Enterprise (ISBEE) Preference. The Government is interested in ALL businesses to include Native-Owned entities. In order to analyze set-aside potential, your response shall include a facsimile copy of the owner�s Tribal Enrollment Card or Certificate of Indian Blood. The ISBEE firm shall have 51% share of: (1) Native ownership; (2) Day-to-day operations; and (3) Self-Performance this same share of the work with W9 staff. More information may be found at: https://www.hhs.gov/about/news/2022/01/13/ihs-announces-efforts-provide-more-opportunity-contracting-indian-owned-businesses.html. Requirement. CAO currently works with Federally recognized tribes statewide for these same services. The need is for construction efforts is statewide and the work is organized region. Currently, the work is administered utilizing Requirements contracts. �Awardee(s) will be responsible for all in-scope requirements that arise by region. The CAO has an upcoming requirement(s) for a construction contract to provide all labor, materials, supplies, and supervision to construct Individual Wastewater Disposal, Water Systems, and other related appurtenances on or near Native American residences located on scattered sites in Mendocino, Lake and Sonoma Counties, California. Ukiah District Office. All work activities will be administered by Government staff at the Ukiah District Office located in Ukiah, California. Site Visit. There are no organized site visits. As the need can occur anywhere in the different regions and may be impacted by congressional appropriation. Licensing Requirements. Contractor must possess a valid Class A license as defined by the California State Licensing Board (CSLB). Government Teaming. IHS, CAO works closely with our partners including contract awardee, federally recognized Native American Tribes, homeowners and other interested parties. Small Business and Other Small Business Categories. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of small business entities in the following categories. All small businesses types are encouraged to respond to this notice, they include: Small Business; Small Disadvantaged Business; Native American Owned Business. Indian Small Business Economic Enterprise (ISBEE) or Indian-Owner Economic Enterprise (IEE)-to be considered for an IHS contract awarded under the Buy Indian act, offeror must be a member of a federally recognized tribe; Provide the name of your tribe along with verification of tribal registration in form of a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood; 8(a); HUBZone; Service-Disabled Veteran-Owned; Veteran-Owned; and Women-Owned Businesses. Disclosure of Magnitude. In accordance with FAR 36.204 Disclosure of the Magnitude of the estimated cost range for this procurement is between $500,000 and $1,000,000 (aggregate) for a base period and four, one-year option periods. It is estimated the Government may execute between 8-10 task orders per period. Period of Performance. Historically, this requirement has been solicited and awarded with a base period (365-calendar days), and four (4) one-year option periods (365-calendar days each). Exercising of the option periods is dependent upon the Contractor�s successful performance for the previous period and a the Government�s bona fide need for the work efforts. NAICS Code. The NAICS Code for this work is 237110, Water and Sewer Line and Related Structures Construction. The small business standards, in millions of dollars, is $39.5 million. This size standard is the largest that a concern can be and still qualify as a small business entity for Federal Government programs. Size standards are the average annual receipts or the average employment of a firm. More information on how to calculate can be found at 13 CFR � 121.104 and 13 � 121.106, respectively. Working with the Federal Government. System for Award Management. All parties interested in working with the Federal Government as a prime awardee, are required to register with the General Services Agency System for Award Management. Failure to register will result in Offeror�s Bid/Proposal/Quote to be considered unresponsive. More information can be found at https://sam.gov/content/home. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.606.8220 or https://www.fsd.gov/gsafsd_sp/?id=gsa_landing Invoice Processing Platform (IPP). All parties interested in working with the Federal Government as a prime awardee, are required to register with the Department of Treasury�s Invoice Processing Platform. IPP is a secure, web-based service, which manages Government invoicing, and payment. More information can be found at https://www.ipp.gov. Please note IHS does not run this platform for registration questions or issues please contact the Help Desk at 866.973.3131 or IPPCustomerSupport@fiscal.treasury.gov. Required Information in your package. Your response to this notice shall include: Business Name and Contact Information. Business Name, Address, Point of Contact for further information; Phone Number, and Email Address; IHS Buy Indian Program. In order to self-certify firm as an Indian Small Business Economic Enterprise (ISBEE) a reproduced copy of a Tribal Enrollment Card or Certificate of Indian Blood. More information can be found at: The Buy Indian Act | Division of Acquisition Policy (ihs.gov) DUNS. DUN and Bradstreet Number UEI. Unique Entity ID. Business Size. Please indicate the firm�s business size, i.e., Large Business, Small Business, Native Owned, Service Disabled Veteran Owned, Veteran Owned, HubZone, etc. More information regarding business size and each categories size parameters can be found at https://www.sba.gov/document/support-table-size-standards Experience. Provide no more than two (2) sheets detailing your company�s experience doing the same or similar work in the last two-year period. Project Delivery Team (PDT) Meetings. The Owner and/or Chief Executive Officer shall be available to meet face-to-face with the Contracting Officer�s Representative and/or Contracting Officer on a weekly basis at the job site. If your company were awarded a contract with IHS, how will your company fulfill this contractual obligation? Please describe as part of your response to this notice. Point(s) of Contact Point of Contact (PoC). Ronda English, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone (916) 930-3981, Email:� Ronda.English@ihs.gov Alternative Primary PoC. Rachel Rosas, Contracting Officer, Indian Health Service, California Area Office, 650 Capitol Mall, Suite 7-100, Sacramento, CA 95814, Phone (916) 930-3981, Email:� Rachel.Rosas@ihs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1464091d57404b8c961bde5acb996cf4/view)
 
Place of Performance
Address: CA 95422, USA
Zip Code: 95422
Country: USA
 
Record
SN06591823-F 20230216/230214230111 (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.