SOURCES SOUGHT Water Storage Tank Inspection/Cleaning - WA, OR, & ID
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Mar 08, 2022 12:51 pm EST
- Original Response Date: Mar 18, 2022 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J046 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
- NAICS Code:
- 238990 - All Other Specialty Trade Contractors
- Place of Performance: Toppenish , WA 98948USA
Description
The Indian Health Service (IHS) is conducting a SOURCES SOUGHT to identify potential vendors capable of provide inspection and cleaning services of forty-four (44) potable water storage tanks located on eighteen (18) tribal reservations across Idaho, Oregon, and Washington. This notice is intended strictly for market research to determine if a 100% set-aside for Indian Small Business Economic Enterprise (ISBEE) or Indian Economic Enterprise (IEE) Firms or if a 100% set-aside for Small Business concerns can fulfill the requirements set forth in this request for information (RFI). Firms are requested to respond to this announcement as directed below. Based upon the responses received from ISBEE/IEE businesses, consideration will be given to determine if this acquisition can be set-aside for ISBEE/IEE business competition. Please consider providing a response if you are interested in this future opportunity.
PURPOSE OF THIS SOURCES SOUGHT
The purpose of this source sought is to conduct market research pursuant to FAR Part 10 to identify businesses capable of performing the work and to identify sources, including company's business size classification (Native American/Indian-Owned Businesses, 8(a) Certified Small Businesses, Historically Underutilized Business Zones (HUB-Zone) Small Businesses, Women Owned Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Small Disadvantaged Businesses (SDB), and Veteran Owned Small Businesses). Responses to this source sought will be used by IHS to influence acquisition decisions which may include: type of set-aside, type of procurement process, and which acquisition procedures are best suited for this procurement.
NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS RFI. THIS IS NOT A SOLICITATION FOR PROPOSALS. Respondents will NOT be notified of the results of this RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information requested. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation.
SUMMARY OF SCOPE
This project will provide cleaning and inspection services of forty-four (44) potable water storage tanks to include twenty-two (22) standpipes, nineteen (19) ground level tanks, two (2) elevated tanks, and one (1) clear well tank located on eighteen (18) tribal reservations throughout Idaho, Oregon, and Washington. The period of performance will be 120 days from date of award.
All water storage tanks and associated equipment shall be inspected and cleaned, including but not be limited to ladders, interior and exterior coatings, roof and hatches, overflow area, structural and footing conditions, and all screens and vents.
Due to service and operational issues, tanks cannot be easily taken out of service and drained for routine inspections and cleaning, therefore, the contractor is required to perform the inspections and cleanings utilizing specialized dive/cleaning equipment and certified divers.
Once tank inspections are complete, the contractor must clean out all sediment from the tanks interior. The contractor shall conduct all work in a clean and sanitary manner and shall be responsible for cleaning all surfaces thoroughly before the tank is returned to service. The tanks shall be disinfected according to the most current American Water Works Association (AWWA) disinfection standards.
In addition, a written inspection report shall be provided for each tank with good quality color photographs and detailed descriptions of all conditions, and not just the deficiencies discovered during the inspection.
The type of work to be performed will be categorized under PSC code J046 – Maintenance/Repair/Rebuild of Equipment- Water Purification and Sewage Treatment Equipment and NAICS code 238990 - All Other Specialty Trade Contractors with a size standard of $16.5 million.
RESPONSES:
Responses to this notice must be emailed to Toby Hayden at toby.hayden@ihs.gov and must be received no later than 2:00 p.m. PT, March 18, 2022. Responses shall include:
1. Company Information: Company name, website, physical address, SAM UEI Code and/or DUNS number
2. Point of Contact: Contact name, phone number, and E-mail address
3. If a solicitation is issued, will your firm/company be submitting a proposal? Indicate Yes or No
4. Type of Business: Native American-owned (IEE/ISBEE), SBA certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and/or Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov.
5. Experience Submission Requirements: Submit at least two (2) but no more than five (5) projects completed by your firm within the last seven (7) years that are similar to the work that will be required under this project. Firms shall include the following information:
a. Indicate whether Prime Contractor or Subcontractor for each project submitted;
b. Dates of performance for each project submitted;
c. Contract value, location, completion date, and complexity of job for each project submitted;
d. Indicate whether the project is a federal, state, tribal or other for each project submitted; and
e. Project references/Agency point of contact (telephone number and e-mail address) for each project submitted.
All information received in response to this source sought that is marked proprietary will be handled accordingly
QUESTIONS:
Questions regarding this sources sought may be emailed to Toby Hayden at toby.hayden@ihs.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 2201 6TH AVENUE MAIL STOP RX-24
- SEATTLE , WA 98121
- USA
Primary Point of Contact
- Toby Hayden
- toby.hayden@ihs.gov
- Phone Number 5034145524
Secondary Point of Contact
History
- Apr 02, 2022 11:56 pm EDTSources Sought (Original)
- Mar 24, 2022 02:53 pm EDTCombined Synopsis/Solicitation (Original)