Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2020 SAM #6829
SOLICITATION NOTICE

Y -- Sewer lift station at the Grindstone Indian Rancheria (Tribe)

Notice Date
8/8/2020 2:15:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
CALIFORNIA INDIAN HEALTH SERVICE SACRAMENTO CA 95814 USA
 
ZIP Code
95814
 
Solicitation Number
75H70320B00001
 
Response Due
9/8/2020 5:00:00 PM
 
Archive Date
09/08/2020
 
Point of Contact
Wes Simmons, Phone: 9169303981 Ext. 202
 
E-Mail Address
Wesley.Simmons@IHS.gov
(Wesley.Simmons@IHS.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Project Description The Indian Health Service, California Area Office has an upcoming requirement for a construction contract. The awarded contractor must provide all labor, materials, equipment, and supervision to construct a complete wastewater improvements for a sewer lift station at the Grindstone Indian Rancheria (Tribe). Grindstone Indian Rancheria�s lift station lacks a permanent backup power source, rendering it vulnerable to sewage overflows in the event of a commercial power outage. Additionally, the sewage pumps are in poor condition and the variable frequency drive motor controllers are undersized. The contract shall include a construction of backup power facilities and upgrades for an existing sewer lift station on the Grindstone Indian Rancheria. The work includes the following: Removal of two existing sewage pumps and installation of two new 5-horsepower sewage pumps. (Old pumps should be returned to the Tribe.) Replacement of two existing 7.5-horsepower variable frequency drives (VFD�s) with two new 10-horsepower VFD�s for sewage pumps listed above. Installation of 15 amp duplex GFCI receptacle within control panel and replacement of in-ground electrical junction box near control panel. Installation of 250-gallon propane storage tank, pipe bollards and high pressure fuel line with primary and secondary regulators from propane tank to generator location. Installation of 25 kilowatt (kW) propane generator, including concrete pad, automatic transfer switch, all wiring and propane gas connections. Programming, troubleshooting, repair, testing and startup of sewage pump lift station. Minimum eight (8) hours of training for up to four individuals on all aspects of lift station operation and maintenance, including backup power system. Establish a 5-year maintenance and service agreement for the generator. This requirement item will be separately priced and is not in the magnitude of discloser. These service line items will be in the construction contract but will be separately priced firm-fixed-priced line items. This work will be completed per the terms of the Memorandums of Agreement for Projects CA 05-L62 and CA 19-E75 between the IHS and the Tribe. This will be a firm fixed priced construction contract procured using the sealed bid solicitation process. 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 bid. This acquisition is being solicited as a �Stand Alone, Construction Contract� procurement IAW with FAR Part 14 Sealed Bids and FAR Part 36 Construction and A/E Contracts. The period of performance is 120 days for substantial completion � facilities installed and functioning properly. Estimated Cost Range In accordance with FAR 36.204 Disclosure of the magnitude of construction projects, the estimated cost range for this procurement is between $100,000 and $250,000 for the Base construction contract only. The annual service agreement shall be determined separately for cost. Site Visit There will be no organized site visit for this procurement. Period of Performance This acquisition is being solicited with a total of 150 days for full contract completion � to include minor punchlist items, operator training. Solicitation Issuance It is anticipated that the IFB will be issued on or about July 23, 2020 for download at the Government�s website: https://beta.sam.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 up to time of award. Ordering Solicitation �Plans and specifications will not be provided in paper or Adobe PDF format. The solicitation and all amendments for this acquisition will be posted to the Government�s secure website (https://beta.sam.gov/) once the Solicitation/IFB is issued. Viewing/downloading documents from https://beta.sam.gov/ will require prior registration in the �System for Award Management� (www.SAM.gov). First time https://beta.sam.gov/ user(s) will be required to register in https://beta.sam.gov/ prior to accessing the Solicitation/IFB documents. To register, click on the �Register Now� button in the �Vendors Block� and follow instructions. The following information will be required: DUNs Number or Cage Code; Telephone Number; and Email Address. Once registered with https://beta.sam.gov/, interested parties will then be able to log in and access the�IFB documents. The Government recommends 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 https://beta.sam.gov/ if changes occur, and when the package is ready to be downloaded. It is the Contractor�s responsibility to monitor https://beta.sam.gov/ for Amendments or Notices relating to this requirement. The Government will not be calling individual companies. Any changes will be posted to https://beta.sam.gov/ � failure to register will preclude you from being notified of potential notices or Amendments. Licensing Requirements The contractor must possess the following qualifications required for any Contractor working on this contract and copies of license�s shall be required to be submitted with Bid: Contractor shall possess a California Type A General Engineering Contractor license Contractor shall possess a California Type C-10 Electrical Contractor license (or employ as a subcontractor one with this license) Contractual Point of Contact Your point of contact for this acquisition is Wesley A Simmons, Contracting Officer�at 916/930-3981 x202 or by email at Wesley.Simmons@IHS.Gov. Bids Due September 8, 2020. Refer to Attached Solicitation for pre-bid conference call information August 20, 2020 at 10am PST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68b636e6a23d40ac89cf26cf179b364e/view)
 
Place of Performance
Address: Elk Creek, CA 95939, USA
Zip Code: 95939
Country: USA
 
Record
SN05750063-F 20200810/200808230147 (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  © 1994-2020, Loren Data Corp.