Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

Y -- Georgeville Wastewater System Improvements

Notice Date
1/24/2020 11:23:55 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
PORTLAND AREA INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
 
ZIP Code
97209
 
Solicitation Number
75H70120R00026
 
Response Due
2/8/2020 2:00:00 PM
 
Archive Date
02/23/2020
 
Point of Contact
Toby Hayden, Phone: 503-414-5524
 
E-Mail Address
toby.hayden@ihs.gov
(toby.hayden@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a PRESOLICITATION NOTICE, Solicitation 75H70120R00026 for a construction project for the Indian Health Service.� The purpose of this project is to provide the Georgeville community with wastewater treatment and disposal facility improvements to allow for adequate treatment and disposal of wastewater for the community.� This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 237110 Water and Sewer Line and Related Structures Construction.� The associated size standard for this procurement is $39.5 million. The Government anticipates releasing the solicitation on or about mid-February 2020 with proposals due at least 21 calendar days after solicitation issuance.� This date is subject to change.� A full scope of work, plans and specifications and Davis Bacon Wage Determination will be included in the solicitation documents.� Hard copy documents will NOT be available � all documents for proposal purposes will be posted at https://beta.sam.gov/ for download by interested parties. SCOPE OF WORK:� The scope of work for this project comprises the renovation of the existing wastewater treatment system to include but not limited to the following: installation of a packaged recirculating filter unit with a duplex 2.0 HP, 145 GPM pump and two 0.5 HP, 20 GPM pumps, a 9,000 gal. fiberglass equalization tank with duplex 0.5 HP, 20 GPM pumps, a prefabricated control building, and a mounded subsurface drip disposal field with 6 zones, 12 laterals per zone, 160� per lateral. Other miscellaneous components involved in the renovation include but are not limited to: PE pipe, 1� water service line, CDF trench water stops, system controls, water tightness repairs, bypass pumping, septic tank removal, and all other work as specified herein. The contractor is responsible for keeping the existing wastewater facilities operational and accessible to the Utility/Owner throughout the duration of this construction project. Design Elements: Connections Served: 22 Average Flow: 4,000 Gal/Day Peak Flow: 8,000 Gal/Day Primary Settling Volume: 24,000 Gallons Treatment: Re-circulating textile media filter Disposal: Subsurface Drip Hydraulic Loading Rate: 0.35 Gal/FT3/Day Disposal Field Area: 22,860 Ft2 The intent of this project is to award a construction contract pertaining to this requirement. LOCATION OF PROJECT:� All work shall be performed in the Georgeville Community; Klickitat County, Washington. This project will take place on tribal land, thus the contractor must comply with all Tribal regulations related to the completion of the work including the acquisition of necessary permits and the payment of Tribal taxes. CONSTRUCTION DURATION:� Period of Performance is 180 calendar days after issuance of a Notice to Proceed. CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $500,000 and $1,000,000. SITE VISIT:� A formal site visit will be planned, details regarding the Site Visit will be included in the solicitation. CONTRACT TYPE:� The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. NOTE: ALL DATES ARE SUBJECT TO CHANGE.� SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $39.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://beta.sam.gov/ frequently for any amendments or changes to the solicitation.� Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. This solicitation will be procured as a Request for Proposals (RFP) in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award.� Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov.� Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM. This notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the solicitation itself. No bidder list is maintained. All potential bidders should register with https://beta.sam.gov/ if interested in this forthcoming acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1101a92d3f2f45ca8b3e4bf1b153e121/view)
 
Place of Performance
Address: Goldendale, WA 98620-2634, USA
Zip Code: 98620-2634
Country: USA
 
Record
SN05543111-F 20200126/200124230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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