Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

Z -- Sasakwa Rural Water Development Improvements, Seminole Nation of Oklahoma - Package #1

Notice Date
9/4/2012
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
24612Q0037
 
Archive Date
10/9/2012
 
Point of Contact
Judy C. Perkins, Phone: 405.951.6023
 
E-Mail Address
judy.perkins@mail.ihs.gov
(judy.perkins@mail.ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Hydrologists Report - Sasakwa P95 Drawings P95 Technical Specifications P95 Statement of Work RFQ/246-12-Q-0037 (Request for Quotations package + Department of Labor Wage Decisions OK120022; OK120025 & OK120066. PRE-SOLICITATION NOTICE: Project Description: IHS Project OK 07-P95 will develop a new rural water source for the city of Sasakwa, Oklahoma (See detailed Project Description). Scope of Work: (1) Drill Two Test Wells; (2) Drill and Complete Two Permanent Test Drills; (3) Test Pump; and (4) Chemical and Soil Analysis (see detailed Scope of Work). Bid Guarantee-Bonding: As required by FAR Clause 52.228-1 Bid Guarantee, the offeror shall furnish to the Contracting Officer with the proposed price a bid guarantee. The amount of the bid guarantee shall be 20 percent of the bid/proposed price. Failure to provide a bid guarantee in the proper form and amount, by the time set for receipt of bids/proposals, will be cause for rejection of the bid/proposal. Additionally, the selected offeror shall be required to provide payment and performance bonds as specified in FAR 52.228-15 Performance and Payment Bonds-Construction. The penal amount of payment bond and performance bond shall be 100 percent of the original contract price at the time of contract award. The applicable North American Industry Class System (NAICS) is 73110. This procurement is offered as a Small Business set-aside. A Small Business set aside is defined in FAR Part 19.301-1, Representation by the offeror. To be eligible for award as a small business, an offeror must represent in good faith that it is a small business at the time of its written representation. An offeror may represent that it is a small business concern in connection with a specific solicitation if it meets the definition of a small business concern applicable to the solicitation and has not been determined by the Small Business Administration (SBA) to be other than a small business. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: All firms or persons wishing to respond to this solicitation shall be registered in the "Central Contractor Registration (CCR) database" which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective award shall be registered in the CCR database prior to award, during performance, and through final payment of any awarded contract. The period of performance for this construction project 120 calendar days from the date of the Notice to Proceed. The estimated construction cost is $50,000 to $150,000. A SITE VISIT IS SCHEDULED FOR 10:00 AM (LOCAL TIME), TUESDAY, SEPTEMBER 18, 2012. CONTRACTORS SHOULD MEET THE IHS ENGINEER AND IHS CONTRACT SPECIALIST AT THE SASAKWA CITY HALL (CROSS STREETS 3 RD AND OLIVER), SEMINOLE, OKLAHOMA. Proposals are due to the Contracting Officer by no later than close of business (4:00 pm), Monday, September 24, 2012, and should be sent to: Ms. Judy Perkins, Contracting Officer, Oklahoma City Indian Health Service Area Office, 701 Market Drive, Oklahoma City, Oklahoma 73114. Any amendments to this procurement will be posted to the FedBizOpps internet site at http://www.fbo.gov. Award of a Firm Fixed-Price purchase order is scheduled for late September 2012. HARD COPIES OF THE PROCEREMENT ARE NOT AVAILABLE. PROJECT DOCUMENTS WILL BE AVAILABLE BY DOWNLOAD FROM THE INTERNET ONLY. Award of a purchase order will be made to the small business firm providing the lowest price for all work covered by the Government's Statement of Work, Technical Specifications & Drawings. Questions concerning this solicitation shall be addressed via e-mail to Barry Prince at Barry.prince2@ihs.gov, with a cc to Judy Perkins at Judy.perkins2@ihs.gov. TELEPHONE INQUIRIES CANNOT BE ACCEPTED AND TELEPHONE CALLS WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/24612Q0037/listing.html)
 
Place of Performance
Address: Seminole, Oklahoma, Seminole, Oklahoma, United States
 
Record
SN02865881-W 20120906/120904235534-b54f2457b912778ae2c4df1267f4e8a2 (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.