Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

Z -- L. Lilly New Well Testing

Notice Date
4/19/2023 9:08:07 AM
 
Notice Type
Sources Sought
 
NAICS
236116 — New Multifamily Housing Construction (except Operative Builders)
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70123Q00008
 
Response Due
5/11/2023 12:00:00 PM
 
Point of Contact
Robert S. Miller, Phone: 2147678589, Fax: 2147675194, Andrew E. Hart, Phone: 2066152453
 
E-Mail Address
robert.miller2@ihs.gov, andrew.hart@ihs.gov
(robert.miller2@ihs.gov, andrew.hart@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment A00001 - Change SV Time Combined Pre-Solicitation + Solicitation Sources Sought for L. Lilly New Test Well � Chiloquin, OR The Indian Health Service (IHS) is conducting a SOURCES SOUGHT to identify potential vendors capable of performing work to install a residential drinking water well on fee land located in Chiloquin, OR which is within Klamath County. PURPOSE OF THIS SOURCES SOUGHT The purpose of this source sought is to conduct market research pursuant to FAR Part 10 to identify businesses capable of performing the work and to identify sources, including company's business size classification (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). Responses to this source sought will be used by IHS to influence acquisition decisions which may include: type of set-aside, type of procurement process, and which acquisition procedures are best suited for this procurement.� NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS REQUEST FOR INFORMATION (RFI). THIS IS NOT A SOLICITATION FOR PROPOSALS. �Respondents will NOT be notified of the results of this RFI. �No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requested. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.� SUMMARY OF SCOPE This project is for the installation of a residential drinking water well on fee land. The contractor shall drill the well, consisting of welded steel casing, PVC liner (as needed), sanitary seal, well screen (as needed), well development, test pumping, and water sampling. The estimated well depth based on existing nearby wells is 450 feet. All appurtenances, including a submersible pump and pressure system, will be contracted separately. Existing well logs from the surrounding area are provided (see Attachments). Further investigation of the site and locating other local well logs is the responsibility of the contractor. Any permits, including the Department of Ecology Notice of Intent/Oregon Water Resources Department (OWRD), are the responsibility of the contractor. A complete Statement of Work (SOW), including any attachments, will be provided at release of the solicitation. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $25,000 and $100,000. The type of work to be performed will be categorized under PSC code Y1NZ Construction of Other Non-Building Facilities and NAICS code 237110 Water and Sewer Line and Related Structures Construction with a size standard of $45 million. RESPONSES: Responses to this notice must be emailed to Robert S. Miller at robert.miller2@ihs.gov and must be received no later than 2:00 p.m. CST, April 5, 2023. �Responses shall include: 1. Company Information: Company name, website, physical address, SAM UEI Code and/or DUNS number 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. ** For Indian owned business, the contractor shall complete and submit �Attachment 2 IHS IEE Self Performance Worksheet� in accordance with HHSAR 326.601. 5. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) 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 performance 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 e-mail 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 the sources sought may be emailed to Robert S. Miller at robert.miller2@ihs.gov. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97da7e6f92ae45d1b24170af2e17b40f/view)
 
Place of Performance
Address: Chiloquin, OR 97624, USA
Zip Code: 97624
Country: USA
 
Record
SN06656443-F 20230421/230419230120 (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.