SOLICITATION NOTICE
Y -- Requirements Contract for Waste Water Disposal System
- Notice Date
- 5/3/2018
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of Health and Human Services, Indian Health Service, California Area Office, 650 Capitol Mall, 7th Floor - Suite 7-100, Sacramento, California, 95814
- ZIP Code
- 95814
- Solicitation Number
- 18-235-SOL-00007
- Archive Date
- 7/13/2018
- Point of Contact
- Ronda English, Phone: 9169303981346, Wesley A SImmons, Phone: 916-930-3927 ext 202
- E-Mail Address
-
ronda.english@ihs.gov, Wesley.Simmons@ihs.gov
(ronda.english@ihs.gov, Wesley.Simmons@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Project Description The Indian Health Service, California Area Office has an upcoming requirement for a construction contract to provide all labor, materials, equipment, and supervision to construct necessary to construct individual on-site wastewater disposal systems, individual water and sewer service lines, and other required appurtenances on or near Native American 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 a "Requirements" procurement IAW with FAR 16.503 Requirements Contract. As such there is no minimum guarantee nor is there a guarantee of work. The Government anticipates installing approximately twenty water service connections task orders during the base and option periods. 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 $500,000 and $1,000,000 (estimated total for the base and four (4) option years are $180,000 each). Site Visit There will be no organized site visit for this procurement. Period of Performance This acquisition is being solicited with a base period of 365-calendar days and four option periods of 365-calendar days. Solicitation Issuance It is anticipated that the IFB will be issued on or about May 18, 2018 for download at the Government's website: www.FBO.gov. 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. Ordering Solicitation 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 the Government's secure website (www.FBO.gov) once the Solicitation/RFP is issued. Viewing/downloading documents from FedBizOps will require prior registration in the "System for Award Management" (www.SAM.gov). First time FedBizOps user(s) will be required to register in FedBizOps prior to accessing the Solicitation/RFP documents. To register, click on the "Register Now" button in the "Vendors Block" and follow instructions. The following information will be required: Marketing Partner Identification (MPIN); DUNs Number or Cage Code; Telephone Number; and Email Address. Once registered with FedBizOps, interested parties will then be able to log in and access the RFP documents. The Government recommends all interested Contractors add their names and email address in the "Interested Vendors" Tab. Using this method to request a bid package ensures that no request sent via fax, email, or US mail get misplaced. It ensures that you will receive an email from FedBizOps if changes occur, and when the package is ready to be downloaded. It is the Contractor's responsibility to monitor FedBizOps for Amendments or Notices relating to this requirement. The Government will not be calling individual companies. Any changes will be posted to FedBizOps - failure to register will preclude you from being notified of potential notices or Amendments. 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 Wesley A Simmons at 916/930-3981 x202 or by email at Wesley.Simmons@IHS.Gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-SAC/18-235-SOL-00007/listing.html)
- Place of Performance
- Address: Mendocino, Lake, and Sonoma Counties, California, California, United States
- Record
- SN04909912-W 20180505/180503230824-c20426a528bfdd6aa0ba477d57a9a444 (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 |