Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOURCES SOUGHT

Y -- Construction of Pumphouse and Water Main

Notice Date
5/27/2011
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Portland Area - Yakama Service Unit, Yakama Indian Health Center, 401 Buster Road, Toppenish, Washington, 98948, United States
 
ZIP Code
98948
 
Solicitation Number
IFB-1102-SDO-2
 
Point of Contact
Jay Sampson, Phone: 509-865-1731
 
E-Mail Address
jay.sampson@ihs.gov
(jay.sampson@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: This notice is to conduct a market survey to determine small business entities interested in the following construction project of the Indian Health Service. The NAICS code is 237110 and the related small business size standard is $33.5 million. No formal solicitation exists at this time. Description: The work consists of construction services for a pump house and water main near Inchelium, WA on the Colville Indian Reservation, Ferry County, Washington. The work includes the following (quantities are approximate): 18'x24'pump house of CMU, chlorination and fluoridation equipment, 200 LF 8' high chainlink fencing, 5,000 LF 8-inch water main with gate valves. The estimated price range is between $250,000 and $500,000. The work is anticipated to be performed this year. The anticipated contract will be a firm-fixed price contract. Bid, Performance and Payment bonds will be required. The Buy American Act will apply. As the work will be performed within the boundaries of a Tribal reservation, the work will be subject to Colville Tribal government requirements including Tribal Employment Rights Ordinance (TERO) requirements. This will be a contract with a federal agency. Instructions to submit capability statement to show interest and intent: All qualified forms of small business concerns interested in performing the proposed project as a prime-contractor may submit capability statements for consideration that include the following: (1) Indicate your interest by letter and intention to submit an offer in writing. Include company name and address, business size and type (HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.) and a point of contact, to include name, e-mail address and telephone number. (2) Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your form may be capable of directly performing; (3) A statement regarding past bonding and evidence of your bonding capability; (4) A listing of your experience in work of similar type and scope. Briefly describe the work. For each project reference include contract number, project title, dollar amount, and the names and phone numbers of points of contact for the contracting entity (owner/prime), and if you were a subcontractor or the prime contractor. (5) Any other information that would assist in determining your company's capability in performing the described construction work. The capability statement shall address the work described above and your firm's ability to meet the qualification requirements. It should also describe previous procurements performed of similar size and identify all certificates and licenses that your company or skilled labor workforce possesses to perform this work. Submit your capability statement response to Indian Health Service, Attn: Jay Sampson, 401 Buster Road, Toppenish, WA 98948, or by email to Jay.Sampson@ihs.gov. Submission of capability statements are due by June 8, 2011 5:00pm (PST). Responses shall be written and complete. Capability statements should not exceed 7 pages in length. A decision on the small business set-aside for this project will be posted at www.fbo.gov by a modification to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Yakima/IFB-1102-SDO-2/listing.html)
 
Place of Performance
Address: Ferry County, Colville Indian Reservation, Inchelium, Washington, 99138, United States
Zip Code: 99138
 
Record
SN02458841-W 20110529/110527234013-7d5a289208681ba51e048b11c11b4770 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.