Washington Bids > Bid Detail

White Swan Water Source Improvements

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159917241352129
Posted Date: Jan 11, 2023
Due Date: Jan 27, 2023
Solicitation No: 75H70123R00032
Source: https://sam.gov/opp/ec78abef7f...
Follow
White Swan Water Source Improvements
Active
Contract Opportunity
Notice ID
75H70123R00032
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
DIV OF ENGINEERING SVCS - SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 11, 2023 10:30 am CST
  • Original Response Date: Jan 27, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    White Swan , WA 98952
    USA
Description

Sources Sought for White Swan Water Source Improvements – White Swan, WA



The Indian Health Service (IHS) is conducting a SOURCES SOUGHT to identify potential vendors capable of performing project is for a new municipal water well on fee land in Yakima County, WA



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

Work is to be completed in the community of White Swan, under the jurisdiction of the Yakama Nation. 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. In accordance with the Drawings and Technical Specifications (Attachment 1), the work requirements include:

E.1 Work Requirements:

i. Well construction including pump testing and water quality analysis.

ii. Install well pump and accessories including water main and connection to existing water system.

iii. Install electrical and control components necessary to integrate the new well into the existing control system and allow for its full and automatic operation



See “Attachment 1 SOW” for a full draft copy of the scope of work.



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 Y1PZ Construction of Other Non Building Facilities and NAICS code 2371110 Water and Sewer Line and Related Structures Construction with a size standard of $45.0 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, January 27, 2023. Responses shall 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 3 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. Furthermore, Attachment 2, IEE Self-Performed Calculation Sheet shall also be complete and returned herein.

5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities.

6. 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 2201 6TH AVENUE MAIL STOP RX-24
  • SEATTLE , WA 98121
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 11, 2023 10:30 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >