Skip to main content

An official website of the United States government

You have 2 new alerts

White Swan Water Source Improvements

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: Jan 11, 2023 10:30 am CST
  • Original Response Date: Jan 27, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    White Swan , WA 98952
    USA

Description

Sources Sought for White Swan Water Source Improvements – White Swan, WA

The Indian Health Service (IHS) is conducting a SOURCES SOUGHT to identify potential vendors capable of performing project is for a new municipal water well on fee land in Yakima County, WA

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 REQUEST FOR INFORMATION (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
Work is to be completed in the community of White Swan, under the jurisdiction of the Yakama Nation. The contractor must review site conditions, and report any concerns or discrepancies to the Contracting Officer’s Representative (COR) in writing prior to beginning construction. In accordance with the Drawings and Technical Specifications (Attachment 1), the work requirements include:  
E.1 Work Requirements: 
i.    Well construction including pump testing and water quality analysis.
ii.    Install well pump and accessories including water main and connection to existing water system.
iii.    Install electrical and control components necessary to integrate the new well into the existing control system and allow for its full and automatic operation

See “Attachment 1 SOW” for a full draft copy of the scope of work.

In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated project magnitude is between $250,000 and $500,000.

The type of work to be performed will be categorized under PSC code Y1PZ Construction of Other Non Building Facilities and NAICS code 2371110 Water and Sewer Line and Related Structures Construction with a size standard of $45.0 million.

RESPONSES:
Responses to this notice must be emailed to Robert S. Miller at Robert.Miller2@ihs.gov and must be received no later than 2:00 p.m. CST, January 27, 2023.  Responses shall include:

1. Company Information: Company name, website, physical address, SAM UEI Code
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.
**For Indian owned business, the contractor shall complete and submit “Attachment 3 IHS IEE Representation Form (Jan 2022)” along with the controlling enterprise’s Tribal enrollment/certificate of Degree of Indian Blood documentation. Please note that there shall be no personally identifiable information (PII), such as social security numbers, included in the documentation submitted. Any PII shall be redacted prior to submission. Furthermore, Attachment 2, IEE Self-Performed Calculation Sheet shall also be complete and returned herein.
5. Bond Capacity: Information on the firm's bonding capability - specifically identify single and aggregate bonding capacities.
6. 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 the sources sought may be emailed to Robert S. Miller at Robert.Miller2@ihs.gov.
 

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