Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOLICITATION NOTICE

Y -- Well Drilling and Other Related Appurtenances on or near Native American Homes, Scattered Sights, Mendocino, Lake, and Sonoma Counties, California

Notice Date
2/13/2024 12:20:07 PM
 
Notice Type
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
75H70324B00004
 
Response Due
3/14/2024 9:00:00 AM
 
Archive Date
03/31/2024
 
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. Well Drilling and Other Related Appurtenances on or near Native American Homes, Scattered Sights, Mendocino, Lake, and Sonoma Counties, California California Area Office, Indian Health Service. The overall mission of the Indian Health Service is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives (AI/AN) to the hightest level. Requirement. Indian Health Service, California Area Office, Sacramento District, Ukiah Field Office has a bonafide need for��a construction contract to furnishing all labor, materials, equipment, and supervision necessary to construct individual water wells, individual water systems, also repair existing water well, existing water systems and other required appurtenances in accordance with the attached drawings and specifications. All work will be performed at or near Indian residences located in Mendocino, Lake, and Sonoma Counties, California.� 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 an �Indefinite Quantity� contract requirements procurement IAW with FAR 16.504 Indefinite Quantity Contract. Minimum Guarantee. There is no minimum guarantee for this contract. Magnitude of Construction.�In accordance with FAR 36.204 for this procurement is between $1M-$5M. Each Task Order will be negotiated and funded independently. It is estimated 10 water well systems and 10 individual new and existing water well systems will be required and installed or repaired during each the base and option years (four option years for a total of five years contract). Site Visit.�There will be no organized site visit for this procurement. Work sites can be scattered at or near Indian residences located in Fresno, Mendocino, Lake, and Sonoma Counties, California Period of Performance. This requirement will be advertised and awarded as a base (365 calendar days) period and potentially four one-year option periods (365 calendar days). Exercising of the option period is at sole discretion of the Government based on the previous period�s performance, bona fide need, and requisite funding. Task Orders. The Government anticipates awarding approximately five to eight Task Orders awarded during the base and each option period.�Each task order could potentially range in value from $10k & $1M.�There is no funding at the base contract level. All funding will be at the Task Order level.�If the value of the Task Order exceeds $30k, Contractor will be required to provide Performance and Payment bonds prior to the initialization of work activities. Contractor must be capable of obtaining bonds. NAICS Code. The NAICS code associated with this requirement is 237110 Water and Sewer Line and Related Structures Construction. The Small Business Administration�s site standard associated with NAICS 237110 is $36.5M for the previous 12-calendar month period. Solicitation. Issuance. Plans and specifications will not be provided in paper or CD-ROM format. The solicitation and all amendments for this acquisition will be posted to www.SAM.gov. It is anticipated that the IFB will be available from SAM.gov on or about (date). All information including Amendments, Dates, Special Notes, etc., will only be posted to www.SAM.gov. Interested parties are responsible for checking this website regularly. Offerors are advised that this project may be delayed, cancelled, or revised at any time during the solicitation process up to time of award. Contractor Minimum Requirement(s) Contractor must possess a valid Class A license as defined by the California State Licensing Board (CSLB) or the equivalent to a Class A (out of State equivalent). Unique Entity ID. All potential Contractors shall be registered more information can be found at www.SAM.gov Invoice Processing Platform Electronic Invoicing System (IPP). Indian Health Service is implementing IPP. Contractor will be responsible for registering and uploading. More information can be found at IPPCustomerSupport@Fiscal.Treasury.Gov or by phone at 866.973.3131. Contractual Point of Contact.�Your point of contact for this acquisition is Rachel Rosas at 916/930-3981 x318 or by email at Rachel.Rosas@IHS.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c7431ddcac64e7ebb850dceeaecbf1e/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN06964356-F 20240215/240213230043 (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.