Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2025 SAM #8640
MODIFICATION

Y -- Yakama White Swan Well Decommissioning (Yakima County, WA)

Notice Date
7/21/2025 11:18:28 AM
 
Notice Type
Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
DIV OF ENGINEERING SVCS - SEATTLE SEATTLE WA 98121 USA
 
ZIP Code
98121
 
Solicitation Number
75H70125Q00029
 
Response Due
8/11/2025 2:00:00 PM
 
Archive Date
08/26/2025
 
Point of Contact
Toby Hayden, Phone: 5034145524
 
E-Mail Address
toby.hayden@ihs.gov
(toby.hayden@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The attached SOLICITATION 75H70125Q00029 is issued on behalf of the Indian Health Service (IHS). The purpose of this project is to decommission four (4) abandoned or unused community drinking water wells located on tribal land on the Yakama Indian Reservation. 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 75H70125Q00029) LOCATION OF PROJECT: Yakama Indian Reservation; Yakima County, WA TERO: TERO is applicable. It is the sole responsibility of the contractor to comply with all TERO requirements. The Yakama Indian Reservation has a TERO office and TERO requirements. CONSTRUCTION DURATION: Period of Performance is 60 calendar days from issuance of the Notice to Proceed. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25,000 and $100,000, 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. 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. 3. Submission of Bid Guarantee in accordance with FAR 52.228-1 Bid Guarantee (Sept 1996) SITE VISIT: Site visits may be arranged by contacting the Contract Specialist at toby.hayden@ihs.gov at least three days in advance of the requested date. See FAR 52.236-37 Site Visit (Construction) in the solicitation for details. QUOTE DUE DATE: The quotation shall be submitted electronically in PDF format via email to toby.hayden@ihs.gov at your earliest convenience but no later than August 11, 2025 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 for quote submission requirements. 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c75376139c0d4958b3f438c7f867447a/view)
 
Place of Performance
Address: Yakima, WA, USA
Country: USA
 
Record
SN07516871-F 20250723/250721230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.