Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOLICITATION NOTICE

B -- Water Utility O&M Study

Notice Date
10/15/2015
 
Notice Type
Presolicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Health and Human Services, Indian Health Service, DHHS/IHS/ Division of Engineering Services-Seattle, 701 Fifth Ave, STE 1600, MS-24, Seattle, Washington, 98104, United States
 
ZIP Code
98104
 
Solicitation Number
15-102-SOL-00020
 
Point of Contact
John W Fannon, Phone: 2066152453, Paul J. Reed, Phone: 2066152504
 
E-Mail Address
john.fannon@ihs.gov, Paul.Reed@ihs.gov
(john.fannon@ihs.gov, Paul.Reed@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a PRESOLICITATION notice. The solicitation will be available on or around 11/10/2015, on www.fbo.gov, under solicitation number: 15-102-SOL-00020. A sources sought notice was posted on 11 August 2015 on Federal Business Opportunities (FBO) to conduct market research. Responses were due on 25 August 2015. Based upon the responses received, it is determined that the solicitation be advertised as total Small Business Set Aside. The North American Industry Classification Standard (NAICS) is 221310 and the annual size standard is $27.5 million. NARRATIVE: In accordance with the Federal Acquisition Regulation 5.205, Indian Health Services is conducting a Pre-solicitation notice to provide all labor, supervision, materials, supplies and incidentals to meet the requirements as to be provided in the solicitation for national assessment of the costs associated with operating and maintaining drinking water and wastewater disposal utilities owned and operated by American Indians (AI) and Alaska Native Villages (ANV). PERIOD OF PERFORMANCE: The period of performance is approximately 12 months from the date of award. The contract would consist of a Base Year Contract Line Item Number (CLIN) and an Option year CLIN. The Option Year CLIN would be unilaterally exercised by the Government. ACQUISITION STRATEGY: This procurement will be based in accordance with FAR Part 15-101-2 Lowest Price Technically Acceptable (LPTA) source selection process. AWARD INFORMATION: The RFP when issued will result in the award of a single contract. The resulting contract will be a firm fixed-price contract. Proposals will be evaluated based on Low Price Technically Acceptable: Factor 1: Technical Approach: Cover letter. Describe how the offeror intends to meet the requirements for successful execution of the subject project. Size of shall not exceed five (5) written narrative single sided 8 ½" x 11" pages; on no smaller than 10 PT Font and may also include up to five (5) additional sheets of product data or concept sketches to elaborate. Factor 2: Price: Cover letter, pricing sheets. The Contractor's proposal will be evaluated against the provided information and awarded under the Lowest Price Technically Acceptable (LPTA) source selection process. Respondents should be advised THE GOVERNMENT FULLY INTENDS TO EVALUATE PROPOSALS AND AWARD THE CONTRACT WITHOUT DISCUSSIONS WITH OFFERORS. Therefore, proposals should be submitted initially on the most favorable terms. IMPORTANT NOTICE: It should be clearly understood that this Pre-solicitation notice is not an award or commitment by the Government. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. The solicitation will be available on FBO at https://www.fbo.gov/. The only plan-holder list available is via the FBO website under this solicitation number. Amendments will be posted on the website. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION All offeror's are advised that registration in the Systems for Award Management (SAM) database is required prior to closing date of the RFP. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at http://www.sam.gov. Completion of the electronic annual representations and certifications are also mandatory prior to the receipt of proposal. Contracting Office Address: Indian Health Service, Division of Engineering Services - Seattle 701 5th Avenue, Suite 1600, Mail Stop RX-24 Seattle, Washington 98104
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Seattle/15-102-SOL-00020/listing.html)
 
Record
SN03922871-W 20151017/151015234726-a1ac089f40c912d44270ad7941890ce9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.