SOURCES SOUGHT
Y -- 75H70122R00075 Grayhorse Sewer Renovations
- Notice Date
- 8/4/2022 3:27:47 PM
- Notice Type
- Sources Sought
- 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
- 75H70122R00075
- Response Due
- 8/15/2022 12:00:00 PM
- Point of Contact
- Thupten Tsering, Phone: 2066152452, Andrew E. Hart, Phone: 2066152453
- E-Mail Address
-
Thupten.Tsering@ihs.gov, andrew.hart@ihs.gov
(Thupten.Tsering@ihs.gov, andrew.hart@ihs.gov)
- Description
- The Indian Health Service (IHS) is conducting a SOURCES SOUGHT/REQUEST FOR INFORMATION as outlined in FAR 15.201(c)(3) to gain knowledge of interest, capabilities, and qualifications of firms especially small businesses including: Native American/Indian-Owned Businesses, 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Indian Economic Enterprise (IEE) Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information (RFI). Interested firms are requested to reply to this announcement with a submittal as described below. The responses received will be utilized to determine the appropriate acquisition strategy.� Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS.� Respondents will NOT be notified of the results of this notice.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. Market Research is being performed pursuant to Federal Acquisition Regulation (FAR) Part 10 to identify businesses capable of performing the functions described herein. This notice also serves as a PRE-SOLICITATION NOTICE in accordance with the requirements of FAR 5.204. The Government anticipates releasing the solicitation around the end of August 2022 with proposals due at least 30 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 www.sam.gov for download by interested parties. LOCATION OF PROJECT:� Multiple locations throughout the Osage Nation Village of Grayhorse; Osage County Oklahoma. TERO: N/A. CONSTRUCTION DURATION:� Period of Performance is 180 calendar days after issuance of a Notice to Proceed. SET-ASIDE: The appropriate set-aside will be finalized based on the results of this sources sought.� It is anticipated that this project will be procured as a 100% Small Business set-aside 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.� For information concerning NAICS and SBA size standards, go to https://www.sba.gov SUMMARY OF SCOPE The contractor shall renovate the existing community sewage lagoon system serving the Osage Nation Village of Grayhorse.� The system is currently undersized and overflowing, causing an immediate health hazard for community residents.� The project will be executed in two phases.� Phase 1 will include a comprehensive study of the system to determine the most appropriate solution to correct deficiencies.� Phase 2 will include renovation and expansion of the existing lagoon system. Specifically, work is anticipated to include: 1 LS 4"" Connection to Existing Service Line 1 EA Coupling Connection to Existing 8"" PVC Sewer Main 1 LS Remove Existing Chainlink Fencing 1,735 LF 6.0' Non-Climbable Lagoon Perimeter Fencing (Incl. Vehicle Gates) 320 LF Silt Fencing 3 EA Concrete Depth Indicators 2 EA Concrete Inlet Splash Pads (incl. Rip-Rap) 1 EA Concrete Outlet Pads (incl. Rip-Rap) 1 LS Site Restoration, Topsoiling, Seeding and Mulch 1 EA Wastewater Pumping/Draining Cells#1 and #2� 1 LS Removal, Disposal, Disconnecting� and Abandonment of existing Piping, Valves, Manholes, and Splash Pads In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $250,000 and $500,000. The type of work to be performed will be categorized under PSC code Y1NE Construction of Water Supply Facilities and NAICS code 237110 Water and Sewer Line Related Structures Construction with a size standard of $39.5 million. RFI RESPONSES� SUBMITTAL Responses to this notice must be emailed to Thupten Tsering at thupten.tsering@ihs.gov and must be received no later than 12:00 pm PT, August 15, 2022. �Interested firms shall utilize the attached ""Sources Sought Submittal Questionnaire"" to provide the required information.��Responses must include: 1. Company Information: Company name, website, physical address, SAM UEI code 2. Point of Contact: Contact name, phone number, and E-mail address 3. If a solicitation is issued, will your firm/company be submitting a proposal?� Indicate Yes or No 4. Type of Business: Native American-owned (IEE/ISBEE)**, SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. **For Indian owned business, the contractor shall complete and submit Attachment 1: IHS IEE Representation Form (Jan 2022) along with the controlling enterprise�s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission. 5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities. 6. Experience Submission Requirements: Submit two (2) narratives describing projects completed by your firm within the last six (6) years that are similar to the work that will be required under this project.� Firms shall include the following information: a. Indicate whether Prime Contractor or Subcontractor for each project submitted; b. Dates of construction for each project submitted; c. Contract value, location, completion date, and complexity of job for each project submitted; d. Indicate whether the project is a federal, state, tribal or other for each project submitted; and e. Project references/Agency point of contact (telephone number and email address) for each project submitted. All information received in response to this source sought that is marked proprietary will be handled accordingly QUESTIONS: Questions regarding this sources sought may be emailed to Thupten Tsering at thupten.tsering@ihs.gov 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 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 offerors should register with www.sam.gov if interested in this forthcoming acquisition.� Upon issuance of the solicitation, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/138166b133a3421ca5da487d2607275c/view)
- Place of Performance
- Address: Osage, OK 74054, USA
- Zip Code: 74054
- Country: USA
- Zip Code: 74054
- Record
- SN06415372-F 20220806/220804230116 (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 |