The RFP Database
New business relationships start here

Individual Wastewater Disposal Systems and Water Service Systems and other related appurtenances on or near Native American Residences , California


California, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT

The Department of Health and Human Services, Indian Health Services, California is issuing this Sources Sought notice as a means of conducting market research to identify parties having an interest in and the resources to support ongoing requirements for Individual Wastewater Disposal Systems and Water Service Systems and other related appurtenances on or near Native American Residences in Humboldt, Del Norte, Trinity, Siskiyou, Modoc, Lassen, Tehama, Glenn, Riverside, San Diego, north-west Imperial, Fresno, Madera, Mariposa, and Tuolumne Counties, California.



This is a Sources Sought notice for MARKET RESEARCH PURPOSES ONLY. The Government intends to use the responses to this notice for information and planning purposes only. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE at this time. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation-for-Bid (IFB). No contract(s) will be awarded as a result of this announcement. Submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.


REQUIREMENT
The Indian Health Service, California Area Office's (CAO) mission is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level. The CAO provides the healthcare delivery system to the State of California, the home of the largest population of American Indians/Alaska Natives (AI/AN) in the country. According to the 2010 Census, California's Indian population was 362,801. California is home to 107 federally recognized tribes. For more information about the California Area Office please go to our webpage at: https://www.ihs.gov/california/


Part of the CAO's mission is to provide technical and financial assistance to California Indians for the construction of community and individual water, wastewater, and solid waste disposal systems. This includes all labor, materials, equipment, and supervision necessary to construct community pumphouses, individual wastewater disposal systems, short water main extensions, individual water service lines, water meter installations, systems connections and other required appurtenances on or near Native American residences in the CAO's area of responsibility.


Historically, the CAO has met this need by establishing regional requirements contracts throughout the State. Each region has one contract and the awardee is given the opportunity to perform all scope related work in that particular region. The regional break-out is as follows:


• Humboldt, Del Norte, and Trinity Counties;
• Siskiyou, Modoc, Lassen, Tehama, and Glenn Counties;
• Riverside, San Diego, and northwest Imperial Counties;
• Fresno, Madera, Mariposa, and Tuolumne Counties.



NAICS, SMALL BUSINESS SIZE STANDARD, AND PSC/FSC
The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237110 Water and Sewer Line and Related Structures Construction. The applicable Small Business Size Standard for this particular NAICS is $36.5 million. The appropriate PSC/FSC is Y1PD Construction of Waste Treatment and Storage Facilities.



CONTRACT TYPE
Historically, at the CAO, contracts solicited and awarded, with the same or similar "scope," have been solicited as "Firm-Fixed-Price" "Requirements" type contracts in accordance with FAR 16.503. A requirements contract provides for filling actual purchase requirements, of designated Government activities, for construction efforts within the period of performance. A "Requirements" type contract is appropriate for acquiring services when the Government anticipates recurring requirements but cannot predetermine the precise quantities of services that designated Government activities will need during a definite period.


In a requirements contract there is no funding on the base nor is there a minimum guarantee. Construction efforts will be funded through the use of post-award Task Orders.


Requirements contract(s) with the CAO have, on average, been awarded with a base period of 365-calendar days and option period(s) (365 calendar days each). Each time period has an average not-to-exceed cap of $400k for an aggregate not-to-exceed value of $800k.



LICENSING REQUIREMENTS
Contractor must possess a valid Class A license as defined by the California State Licensing Board (CSLB) or the equivalent to a Class A (out of State equivalent).



DAVIS BACON WAGE DETERMINATION
All work associated with subject requirements contract shall be performed in accordance with the applicable U.S. Department of Labor Wage Determination.



SUBMISSION REQUIREMENTS
If your organization has the potential capacity to perform these contract services, please provide the following information to Rachel Rosas, Indian Health Service, in pdf format via email to Rachel.Rosas@ihs.gov or by U.S. Mail no later than February 27, 2017 to:


Indian Health Services
Contracting Office (Rachel Rosas)
650 Capitol Mall, Suite 7-100
Sacramento, California 95814


The Government is specifically looking for the following:


(1) Company Name, Mailing Address, Email Address, and Telephone Number;


(2) Company DUNs Number. To obtain a Dun & Bradstreet Number, see http://dnb.com/)


(3) Point-of-Contract, telephone number, and email address for someone who has the authority and knowledge, of the company, to clarify response(s) with a Government representative;


(4) Bonding Capacity. Please provide bonding capability in the form of a letter from a Surety. (reference Department of Treasury's Listing of Approved Sureties. For more information see: https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570.htm


(5) System for Award Management (SAM). All respondents should register with SAM at: https://www.sam.gov/portal/SAM/#1.


(6) Business Size. Using the information provided below please provide your business size. If you need assistance in determining your business size or have questions relating to business size, please contact your local Small Business Administration Office. More information and your local office can be found at: https://www.sba.gov/.


a. Small Business;
b. 8(a) Business;
c. Small Disadvantaged Business;
d. HubZone Business;
e. Women Owned Small Business (WOSB) or Economically Disadvantaged Women-Owned Small Business;
f. Veteran Owned;
g. Service Disabled Veteran Owned Small Business;
h. Large Business;
i. Native American Owned Business.


(7) Experience in Individual Wastewater Disposal Systems and other related appurtenances.


a. Provide organizational experience of at least three similar projects within the last five (5) years, each of which is comparable in nature, type, and complexity to the project;
b. Customer Name;
c. Timeliness of Performance;
d. Customer Satisfaction; and
e. Dollar Value of Project.


(8) Experience in Water Service Systems and other related appurtenances.


a. Provide organizational experience of at least three similar projects within the last five (5) years, each of which is comparable in nature, type, and complexity to the project.
b. Provide organizational experience of at least three similar projects within the last five (5) years, each of which is comparable in nature, type, and complexity to the project;
c. Customer Name;
d. Timeliness of Performance;
e. Customer Satisfaction; and
f. Dollar Value of Project.



IMPORTANT NOTICE
Respondents will NOT be notified individually of the results of this Sources Sought. It should be clearly understood that this notice is neither an award nor a commitment by the Government. Respondents are further advised that funding may not become available. No award will be made with respect to this Sources Sought. Respondents will not be reimbursed for any/all efforts associated with or submission costs.


Responses to this Sources Sought notice are requested no later than February 27, 2017.


CONTRACTUAL POINT OF CONTACT
Your point of contact for this Sources Sought notice is Rachel Rosas at 916/930-3981 x318 or by email at Rachel.Rosas@IHS.Gov.


Rachel Rosas, Contracting Officer, Phone 9169303981, Email Rachel.Rosas@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP