MODIFICATION
Y -- Individual Wastewater Disposal Systems and Water Service Systems for Native Americans, San Diego, Riverside, and northwest Imperial Counties, CA - Amendment 1
- Notice Date
- 3/28/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Health and Human Services, Indian Health Service, California Area Office, 650 Capitol Mall, 7th Floor - Suite 7-100, Sacramento, California, 95814
- ZIP Code
- 95814
- Solicitation Number
- 18-235-SOL-00005
- Archive Date
- 6/1/2018
- Point of Contact
- Marilyn Duran, Phone: 9169303981 x372, Rachel Rosas, Phone: 9169303981 x318
- E-Mail Address
-
Marilyn.duran@ihs.gov, Rachel.Rosas@ihs.gov
(Marilyn.duran@ihs.gov, Rachel.Rosas@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment to Solicitation 18-235-SOL-00005. Period of Performance updated. PROJECT DESCRIPTION The Indian Health Service, California Area Office's mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. This requirements contract will provide labor, materials, equipment, and supervision to construct individual wastewater disposal systems, short water main extensions, individual water service lines, water meter installations, systems connections and other required appurtenances on or near Native American residences located in San Diego, Riverside, and northwest Imperial Counties, California. ACQUISITION INFORMATION This acquisition is proceeding as an Invitation-for-Bid (IFB). This IFB is set-aside for small business entities. All responsible small business entities may submit a bit. This acquisition is being solicited as a "Requirements" procurement IAW FAR 16.503 Requirements Contact. As such there is no minimum guarantee nor is there a guarantee of work. The Government anticipates installing approximately twenty (20 septic tank drainfields and twenty (20) water service connections during each of the base and option periods. CONTRACT TYPE This project will be solicited and awarded as a requirements contract IAW FAR 16.503. A requirements contract provides for filling actual requirements of designated Government activities for construction efforts within the period of performance associated with subject solicitation. Task Orders will be placed against the contract as the need arises. There is no minimum guarantee at time of award. Construction efforts will be funded, as the need arises, through the use of post-award Task Orders. ESTIMATED COST RANGE The estimated cost range for this procurement is between $1,000,000 and $5,000,000. NAICS 237110 Water and Sewer Line and Related Structures Construction. The small business size standard for 237110 is $36.5M PSC/FSC Y1PD Construction of Waste Treatment and Storage Facilities. SITE VISIT There will be no organized site visit for this procurement. As this is a requirements contract, there is no site to visit. PERIOD OF PERFORMANCE This acquisition is being solicited with a base period (365-calendar days) and two one-year option periods (365-calendar days each). LICENSING REQUIREMENTS Contractor must possess a valid State of California General Engineering Contractor's License, as defined by the California State Licensing Board (CSLB) or the out of state equivalent. BID BOND Contractor's shall submit with their bid a Bid Guarantee with good and sufficient surety or sureties acceptable to the Government, or other form of security in the value of 20 percent of the bid price or $3,000,000 whichever is less. The amount of the bid guarantee submitted, if less than that required by the solicitation for the maximum quantity offered, maybe determined by the Government to be sufficient for a quantity for which the Offeror/Bidder is otherwise eligible for award. Any award to the Offeror/Bidder shall not exceed the quantity covered by the bid guarantee, reference, FAR 28.101-4(c )(3) Non compliance with Bid Guarantee Requirements. PERFORMANCE AND PAYMENT BONDS Task Order(s) Valued at <$30,000>: Performance and Payment Bond are not required. Task Order(s) Valued at $30,000 to $150,000: Only Payment Bond is required for 100% of the order amount. Task Order(s) Valued at $150,000+: Performance and Payment Bonds required for 100% of the order amount. All bonds must be submitted and approved within 10 calendar days after notification of Task Order award. Work efforts shall not begin until a fully executed Notice to Proceed has been issued by the Contracting Officer. WAGE DETERMINATION All work associated with subject requirements contract shall be performed in accordance with the applicable U.S Department of Labor Wage Determination. SOLICITATION ISSUANCE It is anticipated that the IFB will be issued on or about March 28, 2018 for download at the Government's website: www.FBO.gov. The specific dates will be identified in the solicitation. Offerors are advised that this project may be delayed, cancelled, or revised at any time during the solicitation process p to time of award. ORDERING SOLICITATION Plans and specifications will not be provided in paper or CD-ROM format. The solicitation and all amendments for this acquisition will be posted to the Government's secure website ( www.FBO.gov ). First time FedBizOps user(s) will be required to register in FedBizOps prior to accessing the Solicitation RFP documents. To register, click on the "Register Now" button in the Vendors Block and follow instructions. The following information will be required: Marketing Partner Identification (MPIN); DUNs Number or Cage Code; Telephone Number; and Email Address. Once registered with FedBizOps, interested parties will then be able to log in and access the RFP documents. The Government recommends that all interested Contractors add their names and email address in the "Interested Vendors" Tab. Using this method to request a bid package ensures that no request sent via fax, email, or US mail get misplaced. It ensures that you will receive an email from FedBizOps if changes occur, and when the package is ready to be downloaded. It is the Contractor's responsibility to monitor FedBizOps for Amendments or Notices relating to this requirement. The Government will not be calling individual companies. Any changes will be posted to FedBizOps -- failure to register will preclude you from being notified of potential notices or Amendments. SYSTEM FOR AWARD MANAGEMENT (SAM) All contractors doing business with the Federal Government shall be registered in SAM ( www.SAM.gov ) prior to award. CONTRACTUAL POINT OF CONTACT Your point of contact for this acquisition is Marilyn Duran at 916/930-3981 x372 or by email at Marilyn.Duran@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-SAC/18-235-SOL-00005/listing.html)
- Place of Performance
- Address: Indian Health Service, Escondido District Office, 1320 West Valley Parkway, Suite 309, Escondido, California, 92029, United States
- Zip Code: 92029
- Zip Code: 92029
- Record
- SN04869744-W 20180330/180328231355-510d52506e9094a2e9dd6cd580cbd684 (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 |