Tulalip Community Sewer System Repairs - Tulalip, WA
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Original)
- Original Published Date: Jul 18, 2024 11:44 am PDT
- Original Date Offers Due: Aug 19, 2024 02:00 pm PDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 03, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1NE - CONSTRUCTION OF WATER SUPPLY FACILITIES
- NAICS Code:
- Place of Performance: Tulalip , WA 98271USA
Description
The attached SOLICITATION 75H70124Q00027 is issued on behalf of the Indian Health Service (IHS). The purpose of this project is to repair sources of infiltration and inflow in the manholes of the Tulalip Bay community sewer collection system. The proposed work includes the cleaning, grouting, sealing, and lining of 99 manholes to address immediate and long-term leakage concerns. This project will be procured as a 100% Small Business set-aside solicitation under North American Industry Classification System (NAICS) code 237110 – Water and Sewer Line and Related Structures Construction with a size standard of $45 million. Please review all attachments to this notice for details.
SCOPE OF WORK: See Section C of the attached solicitation (Attachment B01 75H70124Q00027)
LOCATION OF PROJECT: Tulalip Indian Reservation (Snohomish County, WA)
TERO: Applicable. It is the sole responsibility of the contractor to comply with all TERO requirements of The Tulalip Tribes of Washington. The TERO
CONSTRUCTION DURATION: Period of Performance is 80 calendar days from issuance of the Notice to Proceed.
CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $100,000 and $250,000, in accordance with FAR 36.204.
CONTRACT TYPE: The IHS intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement using price only evaluation criteria as detailed in Section M. This solicitation is issued as a Request for Quotes (RFQ) in accordance with FAR Part 13 and 36 procedures.
QUOTE REQUIREMENTS: In accordance with solicitation Section L, paragraph L.3. The quote shall include the following:
1. Complete SF1442, blocks 14-20c. Any and all solicitation amendments require acknowledgement in Block 19 of the SF1442; and
2. Section B, Price Schedule shall be filled out in its entirety.
SITE VISIT: An organized site visit is scheduled for July 30, 2024; RSVP required. See FAR 52.236-27, Site Visit
Construction, on page 29 of the solicitation for details.
QUOTE DUE DATE: The quotation shall be submitted via email to toby.hayden@ihs.gov at your earliest convenience but no later than August 19, 2024 at 2:00 PM PT unless changed by amendment.
EVALUATION: In accordance with FAR 13.106-2, the evaluation for this award will be based on price and the quoter’s compliance with the terms and conditions for this request for quotes; see Section L. The quoter shall possess all necessary certifications to perform the work specified in Section C in order to be eligible for award. Prices quoted must reflect the quoter’s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government.
Standard Form 1442 with blocks 14 through 20 properly filled-out by the offeror.
Price is the discriminating factor for award among offers. The Total Firm Fixed Price listed in block 17 of the SF1442 will be utilized for the overall price evaluation and to determine the lowest priced offer.
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 7 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.
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
- Sep 03, 2024 08:55 pm PDTSolicitation (Updated)
- Aug 10, 2024 08:55 pm PDTPresolicitation (Original)
- Jul 18, 2024 11:44 am PDTSolicitation (Original)