Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOURCES SOUGHT

Y -- Muckleshoot Wastewater Collection System Evaluation and Repair

Notice Date
9/14/2011
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Portland Area Office, 1220 SW 3rd Avenue, Room 476, Portland, Oregon, 97204
 
ZIP Code
97204
 
Solicitation Number
RFQ-1104
 
Point of Contact
Anita M. MacAuley, Phone: 5034145524
 
E-Mail Address
anita.macauley@ihs.gov
(anita.macauley@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: This notice is to conduct a market survey to determine small business entities interested in the following construction project of the Indian Health Service. The NAICS code is 237110 and the related small business size standard is $33.5 million. No formal solicitation exists at this time. Description: The work consists of construction services to inspect and repair a sewer collection system for the purpose of mitigating infiltration and inflow for the Skopabsh Village, near Auburn, Washington, on the Muckleshoot Indian Reservation, King County, Washington. The work includes the following (quantities are approximate): visually inspect 61 manholes; seal manhole leaks with chemical grout (per inspection); repair manhole bases and collars / modify manhole channels (per inspection); repair and adjust manhole cone/rim/lid/risers (per inspection); clean and video inspect sewer main (approx. 1,150 LF of 6" and 1,176 LF of 8" sewer pipe); test sewer main joints; seal sewer main joints; test and seal service lateral connections (6" and 8" pipe). The estimated price range is between $25,000 and $100,000. The work is anticipated to begin this year. The performance period is approximately 90 calendar days. All work shall be performed during the wet season. Note that some work may require the contractor to perform work during the hours of 10 pm and 6 am. The anticipated contract will be a firm-fixed price contract. Payment bond or an alternate payment protection will be required. The Buy American Act will apply. As the work will be performed within the boundaries of a Tribal reservation, the work will be subject to Muckleshoot Tribal government requirements including Tribal Employment Rights Ordinance (TERO) requirements, and the contractor shall obtain all necessary permits required by the Tribe. Additionally, a category 3 permit may be required from the Washington State Department of Transportation for work within the right-of-way, but all work will take place outside the paved roadway. This will be a contract with a federal agency. Instructions to submit capability statement to show interest and intent: All qualified forms of small business concerns interested in performing the proposed project as a prime-contractor may submit capability statements for consideration that include the following: (1) Indicate your interest by letter and intention to submit an offer in writing. Include company name and address, business size and type (HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.) and a point of contact, to include name, e-mail address and telephone number. (2) Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your firm may be capable of directly performing; (3) A statement regarding past bonding and evidence of your bonding capability; (4) A listing of your experience in work of similar type and scope. Briefly describe the work. For each project reference include contract number, project title, dollar amount, and the names and phone numbers of points of contact for the contracting entity (owner/prime), and if you were a subcontractor or the prime contractor. (5) Provide your company's DUNs number and indicate whether or not your company is registered in the Central Contractor's Registry at https://www.bpn.gov/ccr/default.aspx. (6) Any other information that would assist in determining your company's capability in performing the described construction work. The capability statement shall address the work described above and your firm's ability to meet the qualification requirements. It should also describe previous procurements performed of similar size and identify all certificates and licenses that your company or skilled labor workforce possesses to perform this work. Capability statements are due by September 21, 2011 5:00pm (PST). Responses shall be written and complete. Capability statements should not exceed 7 pages in length. Submit your capability statement response to Anita MacAuley Indian Health Service, Division of Acquisition, 1414 NW Northrup, Suite 800, Portland, OR 97209, or by email to anita.macauley@ihs.gov. A decision on the small business set-aside for this project will be posted at www.fbo.gov by a modification to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PORTLAND/RFQ-1104/listing.html)
 
Place of Performance
Address: Muckleshoot Indian Reservation, Auburn, Washington, 98092, United States
Zip Code: 98092
 
Record
SN02576473-W 20110916/110915000432-89fbc5801349a01a368c7cf1f2a549c3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.