SOLICITATION NOTICE
Y -- Construct septic tank drainfield systems in San Diego, Western Riverside, and Northwest Imperial Counties, California.
- Notice Date
- 5/14/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Dallas Office of Engineering Services, 1301 Young Street Suite 1071, Dallas, TX, 75202
- ZIP Code
- 75202
- Solicitation Number
- 161-02-0045
- Response Due
- 7/9/2002
- Archive Date
- 7/24/2002
- Point of Contact
- Nancy Carter, Contract Specialist, Phone 214-767-8587, Fax 214-767-5194,
- E-Mail Address
-
ncarter@esd.ihs.dhhs.gov
- Description
- WORK TO BE DONE: This contract consists of furnishing all labor, materials, equipment, and supervision necessary to construct individual onsite wastewater disposal systems, individual water and sewer service lines, and other required appurtenances at Indian residences located in San Diego, Western Riverside, and extreme Northwestern Imperial counties, California. It is estimated that 35 septic tank drainfield systems, one engineered wastewater disposal system, one short sewer main extension, 35 water service lines, and five short water main extensions will be installed during the base year. The same quantities are estimated for the option year. NOTE THE FOLLOWING LICENSE REQUIREMENT: Contractors must be licensed by the California Contractor State License Board either as a C-42 Sanitation System Contractor or a Class A General Engineer. Contractor must submit a copy of the license with their bid to be considered for award. The proposed contract is set aside under the Buy Indian Act for 51 percent Indian-owned, controlled and operated firms. In accordance with the Health and Human Services Acquisition Regulation paragraph 370.503 (E), not more than 50 percent of the work to be performed under a prime contract awarded pursuant to the Buy Indian Act shall be subcontracted to other than Indian firms. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment. In order for Indian firms to prove they can meet the qualification requirement of the Buy-Indian Set-Aside restriction, i.e. bidders who are currently certified by the Indian Health Service or the Bureau of Indian Affairs as an Indian Firm, need to submit this certification (Tribal Affiliation and Degree of Indian Blood) with their offer. Bidders who are not currently certified by IHS or BIA are required to submit proof of ownership and eligibility for Indian preference under the Buy Indian Act. Joint Ventures will be considered as long as the Indian firm is the managing entity. Contract period is for 1 year, with one, 1-year option. Estimated magnitude of construction is $750,000 to $1,500,000. This will be a fixed price requirements contract. Award will be based on the lowest total bid price, (all base bid plus all option year line items) from a responsive, responsible contractor. Technical questions should be addressed to Eric Matson, District Engineer, 760-735-6885. Contractual questions may be addressed to Nancy Carter, Contracting Specialist, 214-767-8587. Plans and specifications will be available on or about June 4, 2002. Submit requests in writing to Nancy Carter at Indian Health Service, Engineering Services Dallas, 1301 Young Street, Room 1071, Dallas, TX 75202-5433, or by facsimile at 214-767-5194. Bid opening date is scheduled on or about July 9, 2002 at 2:00PM Central time. All responsible sources may submit a bid which shall be considered by the agency. Contractors shall insure that bonding capability for a project of this magnitude is available.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/IHS/IHS-Dallas/161-02-0045/listing.html)
- Place of Performance
- Address: San Diego, Western Riverside, and Northwest Imperial counties, California
- Record
- SN00077215-F 20020516/020514214628 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |