Skip to main content

An official website of the United States government

You have 2 new alerts

Shitike Creek Water Main Crossing - Warm Springs, OR

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 (Updated)
  • Updated Published Date: Jul 18, 2022 10:18 am PDT
  • Original Published Date: May 20, 2022 02:54 pm PDT
  • Updated Date Offers Due: Jul 22, 2022 02:00 pm PDT
  • Original Date Offers Due: Jun 20, 2022 02:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 06, 2022
  • Original Inactive Date: Jul 05, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1NE - CONSTRUCTION OF WATER SUPPLY FACILITIES
  • NAICS Code:
  • Place of Performance:
    Warm Springs , OR 97761
    USA

Description

**The purpose of Amendment A00006 is to revise several sections of the RFP and extend the proposal due date.  See attachment "75H70122R00045-A00006" for details.**

**The purpose of Amendment A00005 is to answer questions asked in response to this solicitation and revise the RFP to reflect a 240 day contract period of performance.  See attachment "75H70122R00045-A00005" for details.**

**The purpose of Amendment A00004 is to answer questions asked in response to this solicitation, revise Attachment J09, and extend the proposal due date.  See attachment "75H70122R00045-A00004" for details.**

**The purpose of Amendment A00003 is to answer questions asked in response to this solicitation and revise Attachment J01.  See attachment "75H70122R00045-A00003" for details.**

**The purpose of Amendment A00002 is to answer questions asked in response to this solicitation, revise Section C, and add an attachment to Section J.  See attachment "75H70122R00045-A00002" for details.**

**The purpose of Amendment A00001 is to move the site visit date from June 1, 2022 to June 7, 2022 at 10am PT.  See attachment "75H70122R00045-A00001" for details.**

See attached SOLICITATION 75H70122R00045 for the Shitike Creek Water Main Crossing construction project for the Indian Health Service (IHS). Detailed Instructions to Offerors, a full scope of work, plans and specifications and Construction Wage Determination are included in the attached documents.  This project is set aside 100% for Small Businesses with preference to Indian Economic Enterprises (IEE) firms under North American Industry Classification System (NAICS) Code 237110 – Water and Sewer Line and Related Structures Construction with a size standard of $39.5 million.

SCOPE OF WORK: See Section C of the attached solicitation.

LOCATION OF PROJECT:  Intersection of Wolford Canyon Road & Hollywood Boulevard; Warm Springs, OR 97761

TERO: All work is subject to the Tribal Employment Rights Ordinance (TERO) of the Confederated Tribes of Warm Springs.  It is the sole responsibility of the contractor to comply with all applicable TERO requirements.  

CONSTRUCTION DURATION:  Period of Performance is 240 calendar days from issuance of the Notice to Proceed.

CONSTRUCTION MAGNITUDE: In accordance with FAR 36.204, the magnitude of this construction project is anticipated to be between $1,000,000 and $5,000,000.

SITE VISIT:  An organized site visit IS planned for Tuesday, June 7, 2022 at 10am PT.  See attachment "75H70122R00045-A00001" for details. Please confirm attendance as instructed.

CONTRACT TYPE:  The Indian Health Service intends to award a Firm Fixed Price (FFP) construction contract in support of this requirement.  This solicitation is procured as a Request for Proposals (RFP) in accordance with FAR Part 15 and 36 procedures with Lowest Price Technically Acceptable evaluation criteria. Pursuant to HHSAR 326.603-1(h), preference will be given to Indian Economic Enterprise (IEE) Firm offerors who are technically capable and provide fair and reasonable pricing.  The Government will evaluate offers based on the proposal requirements and evaluation factors described in Sections L and M of the solicitation.

DUE DATE: Proposal packages are due by July 22, 2022 no later than 2:00pm PT.  Proposal packages shall be sent via email to the Contract Specialist, Toby Hayden, at toby.hayden@ihs.gov and must contain the information required by the solicitation.

QUESTIONS: Offerors shall submit all questions concerning this solicitation in writing to the Contract Specialist, Toby Hayden, at toby.hayden@ihs.gov.  Questions should be received no later than 10 days prior to proposal 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 the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $39.5 million. For information concerning NAICS and SBA size standards, go to www.sba.gov.

It is the responsibility of the contractor to check www.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 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.

Contact Information

Contracting Office Address

  • 2201 6TH AVENUE MAIL STOP RX-24
  • SEATTLE , WA 98121
  • USA

Primary Point of Contact

Secondary Point of Contact





History