Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2013 FBO #4173
SOLICITATION NOTICE

Z -- Sewer Lift Station Between Housing Clusters # 1 and #2 for the Prairie Band Potawatomi Nation

Notice Date
4/26/2013
 
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
2462013C0007
 
Point of Contact
Judy Perkins, Phone: 405.951.6023, Ronda Longbrake, Phone: 405-951-3999
 
E-Mail Address
judy.perkin2@ihs.gov, ronda.longbrake@ihs.gov
(judy.perkin2@ihs.gov, ronda.longbrake@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: IHS Project OK-11-S23, Sewer Lift Station Between Housing Clusters #1 and #2 for the Prairie Band Potawatomi Nation. Scope of Work: Installation of 15 feet of 8-inch PVC sewer main, 7,940 feet of HDPE sewer force main, one lift station with wet well, valve vault, pumps, controls, generator, fencings, and electrical power drop. 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 requirements via the internet at http://www.ccr.gov or by calling 1-866-606-8220. 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. 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, shall be cause for rejection of the bid/proposal as non-responsive by the Contracting Officer. 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 237110, Water and Sewer Line Related Structures. The small business size standard is a three-year average annual gross of $28.5 million. The period of performance is estimated at 155 calendar days from the issuance of the Notice to Proceed. The construction cost range is between $100,000 and $300,000. A SITE VISIT WILL BE SCHEDULED: DATE, TIME AND LOCATION TO BE DETERMINED (TBD). It is anticipated that the solicitation will issue on May 10, 2013. Proposal due date TBD Any amendments to this procurement will be posted to the FedBizOpps internet website at http://www.fbo.gov. HARD COPIES OF THE PROCUREMENT DOCUMENTS ARE NOT AVAILABLE. THE DOCUMENTS WILL BE AVAILABLE FOR VIEWING/DOWNLOADING FROM THE GOVERNMENT WIDE POINT OF ENTRY (GWPE), ALSO KNOWN AS FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS) INTERNET SITE ONLY ( http://www.fbo.gov ). Interested parties are responsible for monitoring this site to ensure that they have to most up-to-date information regarding this acquisition. Award of a Firm Fixed-Price contract is anticipated. Award of a contract will be made to the responsive, responsible small business firm providing the lowest grand total price for all work covered by the Government's Statement of Work, Technical Specifications & Drawings. Questions concerning this acquisition 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/2462013C0007/listing.html)
 
Place of Performance
Address: Potawatomi Nation, 16281 Q Road, Mayetta, Kansas, 66509, United States
Zip Code: 66509
 
Record
SN03046599-W 20130428/130426234138-09b622ed50f5ccb7a41c62e17b63009d (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.