Montana Bids > Bid Detail

Drainfields - Crow Reservation

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159378138524281
Posted Date: Nov 8, 2023
Due Date: Nov 20, 2023
Source: https://sam.gov/opp/7dd05babe9...
Follow
Drainfields - Crow Reservation
Active
Contract Opportunity
Notice ID
75H709OEHE24Q-001
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
BILLINGS AREA INDIAN HEALTH SVC
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Nov 08, 2023 03:21 pm MST
  • Original Published Date: Oct 05, 2023 02:37 pm MDT
  • Updated Date Offers Due: Nov 20, 2023 03:00 pm MST
  • Original Date Offers Due: Oct 13, 2023 03:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 05, 2023
  • Original Inactive Date: Oct 28, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J043 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Crow Agency , MT 59022
    USA
Description View Changes

INTRODUCTION:



The Sanitation Facilities Construction Program was created via P.L. 86-121 with the primary purpose of providing safe sanitary facilities for Indian homes. The homesite currently does not have effective wastewater services, and is eligible for assistance under the SFC Program.





The Billings Area Indian Health Service in Billings, Montana is acquiring construction services in accordance with the attached technical specifications associated with Request for Quotation (RFQ) 75H709OEHE24Q-001R1 for drainfields with performance occurring on the Crow Indian Reservation, Montana.





The procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures and FAR 36, Construction and Architect—Engineer Contracts.





The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.



Set-Aside 100% set-aside for Small Business



NAICS 237110 - Water and Sewer Line and Related Structures Construction



SB Size Standard $45.0 million





SCOPE OF WORK:



The scope of work is to provide a septic system or connection to community wastewater system for the homesite to provide wastewater treatment and disposal for the residents of the home. The septic system will provide water to the existing homes, and training will be given on how to operate the septic system.





PERIOD OF PERFORMANCE:



Period of Performance will be for 12-months.





WAGE DETERMINATION:



General Decision Number: MT20230076; Dated 06/16/2023; Construction Type: heavy is applicable to the construction services.





The estimated price range for this project is between $100,000 and $250,000.





Payment protection as referenced in Federal Acquisition Regulation (FAR) 52.228-13, Alternative Payment Protections, must be submitted to this office prior to commencing work.





TECHNICAL REQUIREMENTS:



The work is to be performed in compliance with the approved IHS-BAO Individual Homesites Technical Specifications. Submittals, materials, construction methods, quality standards, and estimated quantities are defined by the site drawing and technical specifications.





Contractor shall provide personnel with all required certifications and knowledgeable in the construction of septic systems and community sewer services.





The contractor is required to obtain registration with the Montana Department of Labor and Industry (DLI). Forms for registration are available from the Department of Labor and Industry, P.O. Box 8011, 1805 Prospect, Helena, Montana 59604-8011. Information on registration can be obtained by calling (406) 444-7734. Contractor is required to have registered with the DLI prior to bidding on this project. All workers employed by the contractor or subcontractors in performance of the construction work shall be paid wages at rates as may be required by the laws of the Crow Tribe.











PROJECT COMPLETION:



The project is considered complete when the IHS Project Engineer has certified the final inspection, all punch list items are finished, and all required documents and information have been delivered to the homeowner and Project Engineer.





SPECIAL CONSIDERATIONS:



The Work was initially contracted with the Crow Tribe under the authority of the MOA for IHS Project BI11672. The Tribe is currently unable to fulfill its obligations due to financial difficulties. Due to the amount of time that the resident have been without safe drinking water, the project is to be completed via Government Procurement.





INVOICE SUBMISSION AND PAYMENTS:



Invoices shall be submitted through IPP, a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury’s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis. The use of IPP shall take precedence over previously established invoicing procedures in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests”. The IPP website address is: https://www.ipp.gov. If you require assistance registering or require IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov.



Please send a courtesy copy of the invoice by email to Jason.schneider@ihs.gov.



Failure to include the required information may delay payment.



Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. Payments are made in arrears.





PROPOSAL SUBMISSION INSTRUCTIONS:



In order to be considered for award, contractor must be able to submit a bid for all items listed. Offerors must submit the following in order to be considered for award:



(1) Specialized Experience: Offerors are required to submit a comprehensive and complete technical proposal that demonstrates their ability to perform the work described in this solicitation and demonstrate a minimum of five (5) years’ experience doing work of similar scope and complexity. Offerors shall exhibit relevant past performance by reporting written narratives for at least three (3), but no more than five (5) relevant projects similar in size, scope, and complexity of that described in this solicitation. The submitted narratives shall explain the work involved in sufficient detail for the Government to evaluate the depth and breadth of experience represented in that project, along with an assessment of the technical capabilities utilized to accomplish the work. All projects submitted for consideration must be at least 75% construction progress complete or completed within seven (7) years preceding the date proposals are due. Each project submitted shall include the firm name, project name, location of project, type of project, owner, scope, firm’s role, cost subcontracts, dates reference contact information, and all other information required to convey relevance of project to the work described in this solicitation.



(2) Bid Form.



75H709OEHE24Q-001R1 will be awarded as a Requirements contract to ONE (1) contractor. This solicitation will be awarded as a Requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government’s requirements do not result in orders in the quantities described as “estimated’’ in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.



Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov.





All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted, no later than 4:00 p.m. MST, on November 10, 2023. Offers will be accepted by e-mail at Tanya.Schwab@ihs.gov. Please reference the solicitation number in the subject line.









ACCEPTANCE PERIOD:



Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.







******************************************************************************







TRIBAL REQUIREMENTS and TERO (Tribal Employments Rights Ordinance):



Notice is hereby given that contractors who perform projects within the exterior boundaries of the Crow Agency Indian Reservation, Bighorn County, Montana, must be certified through the TERO Office prior to commencing work. The Contractor is also responsible for payment of any tribal taxes and work permits and compliance with the local tribal employment rights ordinances.





Any questions regarding the above should be directed to the Director, Tribal Employment Rights Office, P.O. Box 159 Bacheeitche Avenue Crow Agency, Montana 59022 (406) 638-3727.


Attachments/Links
Contact Information
Contracting Office Address
  • 2900 FOURTH AVE. NORTH - PO BOX 366
  • BILLINGS , MT 59107
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >