Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2023 SAM #7961
SOLICITATION NOTICE

Y -- Construction of Individual Water and/or Wastewater Systems in Native American Homes, Mendocino, Lake, and Sonoma Counties, California

Notice Date
9/12/2023 3:23:23 PM
 
Notice Type
Presolicitation
 
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
75H70309122024b
 
Archive Date
10/30/2023
 
Point of Contact
Rachel Rosas, Phone: 9169303981318, Ronda English, Phone: 9165913219
 
E-Mail Address
Rachel.Rosas@IHS.gov, ronda.english@ihs.gov
(Rachel.Rosas@IHS.gov, ronda.english@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Title. Construction of Individual Water and/or Wastewater Systems in Native American Homes, Mendocino, Lake, and Sonoma Counties, California California Area Office,�Indian Health Service. The overall mission of the Indian Health Service (IHS) is to raise the physical, mental, social and spiritual health of American Indians and Alaska natives (AI/AN) to the highest level. Requirement. Indian Health Service, California Area Office, Sacramento District, Ukiah Field Office has an upcoming requirement for a construction contract to provide all labor, materials, equipment, and supervision necessary to construct individual�water and septic systems as well as other required appurtenances on or near Native American residences. All work associated with this requirement will take place in Mendocino, Lake, and Sonoma Counties, California. Scattered Sites. Work can take place in any of the three (3) counties at any given time in those counties covered under this requirement. There is tremendous need for these services and the Government, in coordination with Sovereign Tribes, will determine priority and location. A list of locations is not available at this time and there will be no organized site visit(s). Estimated Work Efforts. The Government anticipates installing approximately 40�individual water wells or waters systems and other required appurtenances during the base and option periods. The number of systems and annual value are estimated not-to-exceed values. The actual number of systems and annual budget will be determined by Congressional Appropriation. The Government estimates:�Base Period�- $300,000 (not-to-exceed);�Option�Period 1�- $300,000 (not-to-exceed);�Option Period 2�- $350,000 (not-to-exceed); Option Period 3 - $385,000 (not-to-exceed); and Option Period 4 - $455,000 (not-to-exceed). The number of systems and annual value are estimated�not-to-exceed values. The actual number of systems and�annual budget will be determined by Congressional�Appropriation. Method of Procurement. 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. FAR 16.503 Requirements. This acquisition is being solicited as a �Requirements� procurement IAW with FAR 16.503 Requirements Contract. As such there is no minimum guarantee nor is there a guarantee of work. However, all �in-scope� work in Lake, Mendocino, and Tuolumne Counties, will be set-aside for the resulting contract. More information can be found at: https://www.acquisition.gov/far/16.503 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 $1,000,000 and $5,000,000. Site Visit.�There will be no organized site visit for this procurement. Task Orders issued as a result of the subsequent contract may take place in Mendocino, Lake, and Sonoma Counties, California. Period of Performance. This acquisition is being solicited with a base period of 365-calendar days and four option periods of 365-calendar days each. Solicitation Issuance & Ordering Information. It is anticipated the IFB will be issued on or about 09.26.2023 for download at the Government�s website System for Award Management (SAM). 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. Plans, Specifications, & Solicitation Documents. Plans, Specifications, and Solicitation documents will not be provided in paper or CD-ROM format. The solicitation and all amendments for this acquisition will be posted to SAM. Interested parties are responsible for downloading associated documents as well as monitoring SAM for Amendments, Special Notices, etc. It ensures you will receive notification from SAM if a change(s) occurs. The Government will not be calling individual companies. Any changes will be posted to SAM.gov � failure to register will preclude you from being notified of potential notices or Amendments. System for Award Management. All entities desiring to do business with the Federal Government are required to register in the �System for Award Management.� �Registered in SAM means Offeror�has entered all mandatory information, including the�unique entity identifier�and the EFT indicator, if applicable, the�Commercial and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 into SAM. More information can be found: www.SAM.gov Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time award, during performance, and through final payment of any contract. Government recommends registration upon download of solicitation documents. This is a General Services Agency platform; Indian Health Service is unable to provide registration assistance. Potential Offerors are required to contact the Federal Service Desk for Assistance. Failure to register at time of award may impact your firm�s responsiveness and responsibility. Invoice Processing Platform. This requirement is being solicited, will be awarded, and paid utilizing the Department of Treasury�s Invoice Processing Platform. After award Contractor will be required to register. More information can be found at https://www.ipp.gov/ Licensing Requirements. Contractor must possess a valid Class A license as defined by the California State Licensing Board (CSLB) or the equivalent to an out of State equivalent. Contractual Point of Contact.�Your point of contact for this acquisition is Rachel Rosas, Contracting Officer, (916)930-3981 x218 or by email at Rachel.Rosas@IHS.Gov. END
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7384b5d97806480297088f31aa30830c/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN06827881-F 20230914/230912230104 (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.