Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

Y -- K. Moody Individual Onsite Septic System Replacement

Notice Date
5/6/2021 8:57:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70121Q00033
 
Response Due
6/4/2021 12:00:00 PM
 
Archive Date
07/03/2021
 
Point of Contact
Nicholas A. Aprea, Phone: 2147675255
 
E-Mail Address
nicholas.aprea@ihs.gov
(nicholas.aprea@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PROJECT#: PO-20-C72H - K.�Moody Individual Onsite Septic System Replacement SCOPE OF WORK: The intent of this project is to award a construction contract for the installation of an individual replacement septic system on trust land in Wasco County, OR. The proposed septic system is to consist of installation of an effluent filter and two riser lids to grade on the existing 1500-gallon septic tank, 500 linear feet of extra drain rock trench gravity drain field. The extra drain rock seepage lines shall consist of 18� drain rock under pipe. The contractor shall install a fully functional conventional gravel, extra drainrock trench gravity drainfield system for this site. The septic system consists of: 4-inch PVC sewer pipe, installation of two riser lids to grade on existing septic tank, install effluent filter to the existing tank, construction of a 500 linear feet of extra drainrock equal distribution drainfield with a distribution box and access ports located at the end of each lateral, all fittings and connections resulting in a complete and operational system. The system must be installed in accordance with the Oregon Administrative Rules and by a State of Oregon Licensed Installer. The contractor shall coordinate a pre-cover final inspection with IHS and/or Tribal Representatives, provide an as built drawing showing location of all facilities installed. Work is to be completed to a private home, under the jurisdiction of Warm Springs Tribe. The contractor must review site conditions, and report any concerns or discrepancies to the Contracting Officer�s Representative (COR) in writing prior to beginning construction. QUOTE DUE DATE: Quotes are to be submitted via e-mail to the assigned Contract Specialist/Contracting Officer by 2:00 PM Central Time on June 4, 2021. SITE VISIT: A formal site visit is not planned. Further details regarding the individual contractor-initiated Site Visit(s) is�included in the solicitation document. QUESTIONS: Questions regarding the solicitation and project must be submitted in writing to Nicholas A. Aprea, Contract Specialist, via e-mail at Nicholas.Aprea@ihs.gov. Questions will be accepted up to 10 days before quote due date. The Government is not obligated to answer any questions submitted after this date. LOCATION OF PROJECT: 7804 Hwy 9, Warm Springs, OR 97761. This project will take place on tribal land of the Warm Spring Indian Reservation. TERO fees do apply for this acquisition. CONSTRUCTION DURATION: Period of Performance is 30 calendar days after issuance of a Notice to Proceed (NTP). CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $25,000 and $100,000. CONTRACT TYPE: The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement. 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 Quotations (RFQ) in accordance with FAR Part 13 and 36 procedures with Lowest Price 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c26c3e0ac494222a73b09108472ec24/view)
 
Place of Performance
Address: Warm Springs, OR 97761, USA
Zip Code: 97761
Country: USA
 
Record
SN05993834-F 20210508/210506230114 (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.