Similar Projects
Downtown Stormwater Treatment Phase 4 - STRH02 - City of Bozeman
Renovation
Conception
$250,000 CJ est. value
Bozeman, MT 59715

Downtown Stormwater Treatment Phase 3 - STRH01 - City of Bozeman
Renovation
Conception
$300,000 CJ est. value
Bozeman, MT 59715

Town of Wibaux Wastewater Treatment System Upgrades Project
New Construction, Infrastructure
Post-Bid
$3,000,000 CJ est. value
Wibaux, MT 59353

Simms Wastewater Treatment System Improvements - Phase II
Infrastructure, Renovation
Post-Bid
$330,000 CJ est. value
Simms, MT 59477

Water Reclamation Facility Heat Exchangers
Renovation
Results
Billings, MT

Water Reclamation Facility Primary Digester Cleaning and Improvements
Renovation
Results
Billings, MT

Mechanical Separation Units - Downtown Stormwater Treatment Phase 2 - STRM39 - City of Bozeman
Renovation
Conception
$300,000 CJ est. value
Bozeman, MT 59715

Philipsburg Wastewater Treatment System Improvements Equipment
Renovation, Infrastructure
Post-Bid
$965,000 CJ est. value
Philipsburg, MT 59858

Buena Vista Community Phase 2 Wastewater System Improvements
Renovation
Results
$580,000 est. value
Missoula, MT

Resurface and Repaint Clarifiers - WW39 - City of Bozeman
Renovation
Conception
$320,000 CJ est. value
Bozeman, MT 59718

RFQ Design - Kalispell Wastewater Treatment Plant Equalization Basin Project
Renovation
Post-Bid
$300,000 CJ est. value
Kalispell, MT 59901

Town of Terry Wastewater Treatment System Upgrades
Renovation
Results
$4,523,906 CJ est. value
Terry, MT 59349

Kay Beller Park to BNSF Loop Trail - City of Whitefish
New Construction, Infrastructure, Renovation
Conception
$2,100,000 CJ est. value
Whitefish, MT 59937

RFQ Design - Engineer Consultants for Kalispell WWTP (Wastewater Treatment Plant) Fermenter Rehabilitation Project
Renovation
Post-Bid
$145,000 CJ est. value
Kalispell, MT 59901

Wilsall Water District Water System Improvements
New Construction, Renovation, Infrastructure
Results
$4,280,000 CJ est. value
Wilsall, MT 59086

Last Updated 03/10/2023 02:05 AM
Project Title

Crow Water Treatment Plant Repairs

Physical Address View project details and contacts
City, State (County) Crow Agency, MT 59022   (Big Horn County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status No longer Accepting Requests, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 75H709-OEHE23Q-003 is issued as a request for quotation (RFQ) for Water Treatment Plant Repairs on the Crow Reservation in the town of Crow Agency, Montana. This procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) Part 12, Commercial Items in conjunction with FAR part 13, Simplified Acquisition Procedures; FAR 36, Construction and Architect--Engineer Contracts and HHSAR Subpart 326.6, Acquisitions Under the Buy Indian Act. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. Set-Aside: 100% Small Business NAICS: 237110 Water and Sewer Line and Related Structures Construction SB Size Standard: $39.5 Million This solicitation is initially set-aside for Indian Small Business Economic Enterprises (ISBEE) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from ISBEE's, IHS will then evaluate quotes and consider award to other small business concerns under the following 5-tier cascading set-aside (in order of first consideration to last consideration): 1st Tier: Indian Small Business Economic Enterprises 2nd Tier: Service Disabled Veteran Owned Small Businesses 3rd Tier: Certified HubZone Small Businesses 4th Tier: Small Disadvantage Businesses 5th Tier: All other Small Business Concerns. The Billings Area Indian Health Services, anticipates awarding a single Firm Fixed Priced type Purchase Order for water treatment plant repairs at Crow Agency, MT on the Crow Reservation, Montana. PERIOD OF PERFORMANCE: Work is to be completed within 90 days upon award. WAGE DETERMINATION: General Decision Number: MT20230076 Dated 01/06/2023 is applicable to the construction services as set forth in 40 U.S.C. chapter 31, subchapter IV, Wage Rate Requirements (Heavy), formerly known as the Davis-Bacon Act. The estimated price range for this project is between $100,000 and $250,000. A payment protection referenced in Federal Acquisition Regulation (FAR) 52.228-13, Alternative Payment Protections, must be submitted to this office prior to commencing work. TECHNICAL REQUIREMENTS: Work shall be in compliance with Montana Department Environmental Quality Circular DEQ-1 Standards for Water Works. Information may be obtained from https://deq.mt.gov/files/Water/WQInfo/Documents/Circulars/Circulars/2022DEQ-1_FINAL.pdf 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. 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. 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 Sheet. (3) IEE Representation Form 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 3:00 p.m. MST, on March 8, 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 *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, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.

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