Similar Projects
North East Yacht and North East 32nd to 30th - City of Lincoln City
New Construction, Infrastructure
Conception
$250,000 est. value
Lincoln City, OR 97367

Mountainview Drive Improvements - City of Newberg
Infrastructure
Conception
$685,101 est. value
Newberg, OR 97132

Foothill Rd: Hillcrest to Mcandrews
Infrastructure
Design
$49,927,501 CJ est. value
Medford, OR 97504

Foothill Rd: Hillcrest to Mcandrews
Infrastructure
Design
$49,927,501 CJ est. value
Medford, OR 97504

Cougar Spillway Gate 2 Rehabilitation
Infrastructure
Bidding
$10,000,000 CJ est. value
McKenzie Bridge, OR 97413

RFP Engineering - North Santiam Canyon Sewer Project - Mill City / Gates Basin (Project a) and Detroit / Idanha Basin (Project B)
Infrastructure
Bidding
$777,000 CJ est. value
Mill City, OR 97360

Rural Arterial Recessed Raised Pavement Markers Project
Infrastructure
Sub-Bidding
$200,000 CJ est. value
Oregon City, OR 97045

Crook County Justice Center Bid Package 2E - Fabricated Steel Package
New Construction, Infrastructure - 68,000 SF
Sub-Bidding
$1,000,000 CJ est. value
Prineville, OR 97754

Susan Campbell Sidewalk Improvement Project
Infrastructure
Post-Bid
Eugene, OR 97403

South West 209th Avenue Kinnaman Road to Alexander Street 36-Inch PVC Pipe
Infrastructure
Post-Bid
$150,000 to $200,000 est. value
Aloha, OR 97007

Canby And East Streets Watermain Replacement
Infrastructure, Alteration
Results
$450,000 to $500,000 est. value
Klamath Falls, OR 97625

Big Creek Hatchery Residence Replacement Site Work
Infrastructure
Results
$40,000 to $45,000 est. value
Astoria, OR 97103

Water Street/Mixed Use
New Construction, Infrastructure
Pending Verification
$2,700,000 CJ est. value
Silverton, OR 97381

Water Street/Mixed Use
New Construction, Infrastructure
Pending Verification
$2,700,000 CJ est. value
Silverton, OR 97381

North Springbrook Trunkline - City of Newberg
Infrastructure
Conception
$911,283 est. value
Newberg, OR 97132

Last Updated 08/05/2022 04:03 AM
Project Title

Macy Site - New Septic System and Community Water

Physical Address View project details and contacts
City, State (County) Warm Springs, OR 97741   (Jefferson County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Sidewalks/Parking Lot, Site Development, Storage/Water Tanks, Water Lines
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $34,974 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Aug 03, 2022 Contract Award Number: 75H70122P00017 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: RS4HQ6G8ZGG8 Contractor Awarded Name: BAGGETT INC Contractor Awarded Address: Madras, OR 97741-9532 USA Base and All Options Value (Total Contract Value): $34974.30 Indian Health Service - Portland Area Office is issuing Request for Quote (RFQ) 75H70122Q00025 Project Title: A. Macy Site - New Septic System & Community Water Location: 9044 Palmer Way, Warm Springs, OR 97761; Jefferson County This RFQ is being solicited as 100% Small Business Set Aside with Indian Economic Enterprises (IEE) preference under NAICS 237110, Water and Sewer Line Related Structures Construction; $39.5M Size Standard. Magnitude of Construction is $25,000 to $100,000 U.S. Department of Labor Wage Determination: OR20220009, dated 5/6/2022 is applicable to this solicitation. Quotes Due Date: July 20, 2022 no later than 2:00pm PT; Email to Robert.Miller2@ihs.gov Site Visit: See FAR 52.236-27, Site Visit Construction. Disclosure of the Magnitude: In accordance with FAR 36.204, this project is estimated to be between $25,000.00 and $100,000. B.3. Incidental Payment Items: The intent of the contract is to provide for the complete work of the project described in the contract. Unless otherwise provided, the contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, and perform all work required to complete the project in accordance with the drawings, specifications, and provisions of the contract. All other work and materials will be considered as incidental to and included in the payment for items shown. Payment for contract work will be made for each line item within the Price Schedule in accordance with Section J, Attachment J04, Measurement and Payment. B.4 SF1442, Block 24: Invoices for payment shall be sent to the COR and Contracting Officer via email and reviewed and signed by the COR (signature) prior to submission to the Contracting Officer. The signed payment invoice shall be sent via e-mail to IHS Contracting Officer for final approval. *Note: HHSAR 352.232-71, Electronic Submission of Payment Requests (Feb 2022) has been added by reference in Section I. Please follow instructions for submitting invoices by email in Paragraph B.4 until otherwise directed.* B.5. Estimated Quantities: Estimated quantities are provided in the price schedule for evaluation purposes only. The Government is not obligated to order the estimated amounts specified in the schedule. The estimates provided do not establish any minimum purchase limit for which the Government is obligated. The contractor shall not furnish quantities in excess of the specified amount without prior written consent from the Contracting Officer. B.6. Wage Determination: Davis-Bacon wages shall be paid for all applicable labor categories for each price schedule line item and should be included in all pricing in accordance with FAR 52.222-6, Construction Wage Rate Requirements. The applicable Wage Determination is included as Attachment J05 in Section J. The most current version of the applicable Wage Determination will be included at time of award. B.7. Period of Performance The contractor shall proceed and complete the work, including cleanup within 90 days after issuance of the Notice to Proceed (NTP). The award is not the NTP for this contract work. Contract completion can be adjusted for any long lead items if requested in writing to the Contracting Officer. The contractor must not commence work until it has been issued a NTP. The award is not the NTP for this contract work. Prior to issuance of a NTP, the contractor must submit for approval performance and payment bonds, a project schedule showing the date when on-site work will begin, the date the work will be completed, and all required insurance. No work will be performed on Saturdays, Sundays, federal holidays, or Tribal holidays without the Government's consent. B.8. Contract Specific Terms & Conditions B.8.1. Bid Bond: A Bid Guarantee IS NOT required. B.8.2. Payment and Performance Bonds ARE NOT required in accordance with FAR 28.102-2. B.8.3. FAR Clause 52.228-13, Alternative Payment Protections IS NOT applicable UNLESS the value of the award exceeds $35,000 in accordance with FAR 28.102-3(b). B.8.4. Questions regarding the solicitation and project must be submitted in writing to Robert S. Miller, Contracting Officer, via e-mail at Robert.Miller2@ihs.gov. Questions will be accepted up to 7 days before quote due date. The Government is not obligated to answer any questions submitted after this date. B.8.5. Furthermore, all questions shall be submitted by the prime contractor(s) on behalf of their subcontractor(s) and supplier(s) to the contract Specialist. Questions submitted by subcontractors and/or suppliers directly to the contract specialist will be rejected and not answered. B.8.6. Quote Due Date: Quotes are to be submitted via e-mail to the assigned Contract Specialist/Contracting Officer by the date and time indicated in Block 13 of the SF1442. B.8.7. Quote Acceptance Period: Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. B.9 Other Important Information: Under no circumstances will any oral statements made be binding upon the Government unless such statements or agreements are issued in writing by the Contracting Officer. Only a warranted Contracting Officer acting within their delegated limits has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract, you shall not proceed within the change and shall immediately notify the Contracting Officer. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Reinforcing, Cast-in-Place Concrete, Precast Concrete.
Division 05 - Metals, Structural Metal Framing, Metal Decking.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Facility Fuel Piping, Facility Fuel-Storage Tanks.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Sanitary Utility Sewerage Piping, Sanitary Utility Sewerage Force Mains, Sanitary Utility Sewerage Structures, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents