Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2013 FBO #4368
SOLICITATION NOTICE

Y -- Sac and Fox Lift Station Renovation, Sac and Fox Nation of Oklahoma, Lincoln County, Stroud, Oklahoma

Notice Date
11/7/2013
 
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
2462014C00002
 
Point of Contact
Barry J. Prince, Phone: 2146865377, Judy Perkins, Phone: 405.951.6023
 
E-Mail Address
Barry.prince2@ihs.gov, judy.perkin2@ihs.gov
(Barry.prince2@ihs.gov, judy.perkin2@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE: IFB/2462014C00002, Indian Health Service (IHS) Project OK 07-Q09, Sac and Fox Sewage Lift Station Renovation, Sac & Fox Nation of Oklahoma, Lincoln County, Stroud, Oklahoma. Summary of Work to be done by Contractor is as follows: A. Remove and Replace sewer lift station appurtenances and valve vault appurtenances. Including but not limited to piping, D.I. fittings, pumps, floats, guide rails, controls, and wiring. 1. Within the wet well remove and replace all ductile iron piping, fittings, pump connector baseplate, and appurtenances. a. Use stainless steel nuts and bolts for all applications within the wet well. b. Provide a leak proof seal around all wet well, and vault pipe perforations, to prevent leaking. 2. Remove and replace the stainless steel guide rails with new stainless steel guide rails. a. Use stainless steel nuts and bolts for all applications within the wet well. 3. Remove and replace all floats and float cables within the wet well. a. Remove and replace the existing cable hanger plate with a new stainless steel plate. Use stainless steel nuts and bolts. 4. Remove and replace the lift station pumps and mixing flush valve. The existing pumps will be given to the utility department. a. Remove and replace all cables and chains for the lift station pumps. b. Replace lifting chains, connectors and hangers with all stainless steel. 5. Remove and replace Control panel Duplex Control Panel with alarm light and lightning arrestor. a. Enclosure shall be NEMA 4X with alarm light and lightning arrestor. 6. Remove and replace all ductile iron fittings and piping within the valve manhole up to and including the D.I. tee. a. Use stainless steel nuts and bolts for all applications within the valve manhole. 7. Drain and power wash the interior of the wet well before a new sealant coating is added according to the epoxy coating's manufacturer's recommendation. 8. Spray all concrete surfaces within the wet well with an approved epoxy coating. B. All appurtenances necessary to make a fully functional system at all times are required. Pumping from the inlet manhole to the overflow pond may be required. The overflow pond shall not be allowed to overflow. C. Install Manual Transfer switch for a generator to power the controls. This should be located at the main power disconnect. This shall be installed and approved by a registered electrician. D. The goal is a complete and functional duplex wastewater lift station with manual transfer switch that will pump wastewater to several known and future locations. THIS PROCUREMENT IS OFFERED AS A TOTAL 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 System for Award Management (SAM): All prospective contractors shall be registered in the SAM database in order to be eligible for award. The SAM site is: http://www.sam.gov/index.html. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process; therefore, the Contracting Officer highly recommends you register immediately in order to be eligible for award. By submission of an offer, the offeror acknowledges the requirement that a prospective award shall be registered in the SAM database prior to award, during performance, and through final payment of any awarded contract. This pre-solicitation notice synopsizing this upcoming IFB solicitation satisfies the requirement of FAR 5.201 and 5.203. 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 120 calendar days from the issuance of the Notice to Proceed by the Contracting Officer. The cost range is between $100,000 and $175,000. The second FedBizOpps posting, which will be posted in approximately 15 calendar days from this initial posting, will state the exact date, time and location for the Pre-Bid Conference/Site Visit & the Bid Opening. It will have the Invitation for Bid (IFB) solicitation, plans & specifications attached. While the Pre-Bid Conference/Site Visit is not mandatory, the Contracting Officer highly suggests interested contractors attend the site visit. Any amendments to this procurement will be posted to the FedBizOpps internet website. HARD COPIES OF THE PROCUREMENT DOCUMENTS ARE NOT AVAILABLE. THE DOCUMENTS WILL BE AVAILABLE FOR VIEWING/DOWNLOADING FROM THE FEDBIZOPPS INTERNET SITE ONLY (http://www.fedbizopps.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 will be made to the responsive, responsible small business firm providing the lowest grand total price for all items listed on the Bid Schedule form, for all work covered by the Government's Solicitation/Contract, Technical Specifications & Drawings. Questions concerning this acquisition shall be addressed via e-mail to Barry J. Prince, Contract Specialist (Contractor), at Barry.prince2@ihs.gov, with a cc to Judy Perkins, Contracting Officer, 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/2462014C00002/listing.html)
 
Place of Performance
Address: Sac and Fox Nation of Oklahoma, Lincoln County, Stroud, Oklahoma, Stroud, Oklahoma, United States
 
Record
SN03230044-W 20131109/131107234033-e6e3f173342cf72ad3e3fdf48bde0485 (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.