SOLICITATION NOTICE
B -- Engineering Study and Report of the Cheyenne and Arapaho Tribes of Oklahoma, Concho Water System Study - Package #1
- Notice Date
- 6/27/2012
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- RFQ24612P0026
- Point of Contact
- Judy C. Perkins, Phone: 405.951.6023
- E-Mail Address
-
judy.perkins@mail.ihs.gov
(judy.perkins@mail.ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Concho Water System - Scope of Work Concho Water System Study - Request for Quotations Document PRE-SOLICITATION NOTICE: Project Description: IHS Project OK 10-S21, The Cheyenne and Arapaho Tribes of Oklahoma, through the Indian Health Service, are seeking engineering assistance in the provision of an engineering study of the public water system serving the Concho Reserve in Canadian County, Oklahoma. The requested services will provide a complete study, and facilities improvement engineering report of the Concho Reserve Water System. This will include evaluation of the Concho Water Treatment Plant's current water source, water storage and distribution system, mechanical and electrical unit operations, chemical treatment operations, monitoring operations, and maintenance and safety operations. The study will address Oklahoma Department of Environmental Quality (ODEQ) rules and regulations found in, but not limited to, OAC 252:626 - Public Water Supply Construction Standards, OAC 252:631 - Public Water Supply Operation, and OAC 252:710 - Waterworks and Wastewater Works Operator Certification. The engineering report will make recommendations to improve the plant's distribution system, operation and safety, mechanical, electrical and chemical operations of the plant, and water output quality, in order to meet all ODEQ and Environmental Protection Agency (EPA) rules and regulations. The engineering report will also evaluate alternatives to the current treatment system and evaluate the effectiveness of those alternatives. The applicable North American Industry Class System (NAICS) is 541330. This procurement is offered as a Small Business set-aside. A Small Business set aside is defined in FAR Part 19.301-1, Representation by the offeror. To be eligible for award as a small business, an offeror must represent in good faith that it is a small business at the time of its written representation. An offeror may represent that it is a small business concern in connection with a specific solicitation if it meets the definition of a small business concern applicable to the solicitation and has not been determined by the Small Business Administration (SBA) to be other than a small business. MANDATORY REGISTRATION REQUIREMENT: FAR 52.204-7 Central Contractor Registration: All firms or persons wishing to respond to this solicitation must be registered in the "Central Contractor Registration (CCR) database" which is the primary Government repository for Contractor information required for the conduct of business with the Government. Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. By submission of an offer, the offeror acknowledges the requirement that a prospective award shall be registered in the CCR database prior to award, during performance, and through final payment of any awarded contract. The period of performance for this study/report is 90 calendar days. Proposals are due to the Contracting Officer by no later than July 16, 2012. A SITE VISIT IS SCHEDULED FOR 10:00 AM (LOCAL TIME), TUESDAY, JULY 10, 2012. THE SITE VISIT WIL BE HELD AT THE TRIBAL ADMINISTRATION BUILDING, 100 RED MOON CIRCLE, CONCHO, OKLAHOMA 73022. THIS IS THE ONLY SITE VISIT THAT WILL BE ALLOWED. THE CONTRACTING OFFICER HIGHLY RECOMMENDS ALL INTERESTED PARTIES ATTEND THE SITE VISIT. Any amendments to this procurement will be posted to the FedBizOpps internet site at http://www.fbo.gov. Award of a Firm Fixed-Price purchase order is scheduled for o/a August 1, 2012. HARD COPIES OF THE PROCEREMENT ARE NOT AVAILABLE. PROJECT DOCUMENTS WILL BE AVAILABLE BY DOWNLOAD FROM THE INTERNET ONLY. The evaluation criteria items are as follows: (1) Technical and Environmental qualifications. Provide a resume and list of similar projects completed by the professional engineer overseeing the work. Provide examples for review to be returned. Describe the general staff and facilities of the firm (50%); (2) Experience in completing reports of a similar scope (20%); (3) Cost of Pricing Proposal (20%); and (4) Capacity of the firm to complete the work within the time limitations. Provide a list of current ongoing projects of the professional engineer overseeing the work (10%). Award of a purchase order will be made to the firm scoring the highest number of overall points. Questions concerning this solicitation shall be addressed via e-mail to Barry.prince2@ihs.gov, with a cc to Judy.perkins2@ihs.gov. TELEPHONE INQUIRIES CANNOT BE ACCEPTED AND TELEPHONE CALLS WILL NOT BE RETURNED.Concho Reserve
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/RFQ24612P0026/listing.html)
- Place of Performance
- Address: Concho Reserve, Concho, Oklahoma, 73022, United States
- Zip Code: 73022
- Zip Code: 73022
- Record
- SN02788170-W 20120629/120627235943-a6f331e949300b4371d4777997487fab (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |