SOLICITATION NOTICE
S -- Electrical Safety Review, Training, and Reporting - Six Facilities (WA, OR, ID)
- Notice Date
- 4/9/2024 12:35:24 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
- ZIP Code
- 98121
- Solicitation Number
- 75H70124Q00021
- Response Due
- 5/9/2024 2:00:00 PM
- Archive Date
- 05/24/2024
- Point of Contact
- Toby Hayden, Phone: 5034145524
- E-Mail Address
-
toby.hayden@ihs.gov
(toby.hayden@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The attached SOLICITATION 75H70124Q00021 is issued on behalf of the Indian Health Service (IHS).� The purpose of this project is to evaluate the existing electrical systems at five IHS clinics and the Healing Lodge of the Seven Nations youth treatment center.� This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 238210 Electrical Contractors and Other Wiring Installation Contractors with a size standard of $19 million. Please review all attachments to this notice for details. SCOPE OF WORK:� See Section C of the attached solicitation (Attachment B01 75H70124Q00021) LOCATION OF PROJECT: Nespelem, WA; Wellpinit, WA; Toppenish, WA; Spokane Valley, WA; Salem, OR; and Fort Hall, ID TERO: All work is subject to the Tribal Employment Rights Ordinance (TERO) of several different tribes.� See Paragraph H.7. Tribe Requirements, page 13 of the attached solicitation for details.� It is the sole responsibility of the contractor to comply with all applicable TERO requirements. CONSTRUCTION DURATION:� Period of Performance is 140 calendar days after issuance of a Notice to Proceed. CONTRACT TYPE:� The IHS intends to award a Firm Fixed Price (FFP) service contract in support of this requirement using Best Value evaluation criteria detailed in Section M. This solicitation will be procured as a Request for Quotes (RFQ) in accordance with FAR Part 12 and FAR Subpart 13.5 procedures. PROPOSAL/QUOTE REQUIREMENTS: The offerors proposal shall be supported by necessary documentation to indicate that adequate planning to accomplish the requirement has been done. The proposal shall contain the following sections: I: Technical Capability (acceptable/unacceptable) II: Past Performance (acceptable/unacceptable) III: Price Please refer to Section L of the solicitation for what must be included within your proposal/quote for each of these sections. QUOTE DUE DATE: The offeror�s proposal/quotation shall be submitted electronically in PDF format via email to toby.hayden@ihs.gov at your earliest convenience but no later than May 9, 2024 at 2:00 PM PT unless changed by amendment. EVALUATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� See Section M of the solicitation for details. LARGE ATTACHMENTS: If you would like copies of the Electrical Diagrams for each site, please email toby.hayden@ihs.gov and they will be sent via the IHS Secure Data Transfer Service:�https://securedata.ihs.gov/bds/Login.do QUESTIONS: Quoters shall submit all questions concerning this solicitation in writing to the Contracting Officer, Toby Hayden, at toby.hayden@ihs.gov.� Questions should be received no later than 10 days prior to quote due date to allow time for a response. NOTE: ALL DATES ARE SUBJECT TO CHANGE.� SEE SOLICITATION FOR OFFICIAL DATES, TIMES, AND LOCATIONS OF SITE VISITS AND DEADLINES. For information concerning NAICS and SBA size standards, go to http://www.sba.gov. It is the responsibility of the contractor to check https://sam.gov/ frequently for any amendments or changes to the solicitation.� Hard copy documents will NOT be available � all documents for proposal purposes will be posted at the website for download by interested parties. NOTE: Registration in the System for Award Management (SAM) database is mandatory to be considered for award.� Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov.� Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor additional time to register in SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fc9782a9c2f345d1a73a263c7d133642/view)
- Place of Performance
- Address: Nespelem, WA 99155, USA
- Zip Code: 99155
- Country: USA
- Zip Code: 99155
- Record
- SN07024300-F 20240411/240409230049 (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 |