Similar Projects
Groundwater Well Field and Transmission Construction - WIF32 - City of Bozeman
Infrastructure
Conception
$7,500,000 CJ est. value
Bozeman, MT 59715

Oak (Flanders Mill to Ryun Sun Way) - SIF057 - City of Bozeman
Infrastructure
Conception
$500,000 CJ est. value
Bozeman, MT 59718

4th Avenue West and 2nd Street West Improvements
Infrastructure
Design
$2,000,000 CJ est. value
Polson, MT 59860

Southside Lofts
New Construction, Infrastructure
Design
$6,000,000 CJ est. value
Bozeman, MT 59715

Gore Hill Water System Improvements
Infrastructure
Bidding
$2,238,375 CJ est. value
Great Falls, MT 59401

Gore Hill Water System Improvements
Infrastructure
Bidding
$2,238,375 CJ est. value
Great Falls, MT 59401

Signal-12th and W Holly-Sidney
Infrastructure
Sub-Bidding
$6,000,000 CJ est. value
Sidney, MT 59270

MT-1 Slope Stability
Infrastructure
Sub-Bidding
$60,000 CJ est. value
Philipsburg, MT 59858

Booster Station Improvements
Renovation
Post-Bid
Belgrade, MT

Montana Museum of Arts Culture Building Site Work Project
Infrastructure
Post-Bid
Missoula, MT 59812

Environmental Consulting Service for Clean-Up Project
Alteration
Results
Libby, MT 59923

Skookum Tornilla Pile and Scarify
Term Contract
Results
Thompson Falls, MT

Joint City-County Law and Justice Center - Gallatin County and City of Bozeman
New Construction, Renovation, Infrastructure
Construction
$29,000,000 CJ est. value
Bozeman, MT 59715

Milky Way Drive Multi-Residential Development
New Construction, Infrastructure
Pending Verification
$1,000,000 CJ est. value
Bozeman, MT 59718

East Gallatin Preserve Subdivision
New Construction, Infrastructure
Pending Verification
$8,000,000 CJ est. value
Bozeman, MT 59715

Last Updated 08/09/2022 02:03 AM
Project Title

Well Drilling

Physical Address View project details and contacts
City, State (County) Crow Agency, MT 59022   (Big Horn County)
Category(s) Heavy and Highway, Sewer and Water, Single Trades
Sub-Category(s) Environmental, Lift and Pump Stations, Site Development
Contracting Method Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $250,000 [brand] Estimate
Plans Available from Agency's Affiliate
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. Water and Wastewater facilities that serve Indian homes are projects eligible for assistance under the SFC Program. The Billings Area Indian Health Service in Billings, Montana is acquiring services in accordance with the attached technical specifications associated for wells at single family homes with performance occurring on the Crow Indian Reservation, Montana. 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 75H70922Q-016. 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. This Request for Quotation is 100% small business set-aside. SCOPE OF WORK: The scope of work is to provide domestic water wells for tribal member owned homes on the Crow Reservation. PERIOD OF PERFORMANCE: Period of Performance will for 12-months contingent upon award. WAGE DETERMINATION: General Decision Number: MT20220076 Dated 06/24/2022 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. One of the payment protections referenced in Federal Acquisition Regulation (FAR) 52.228-13, Alternative Payment Protections, must be submitted to this office prior to commencing work. PERFORMANCE REQUIREMENTS Contractor shall provide personnel with all required certifications and knowledgeable in the construction of water production wells. TECHNICAL REQUIREMENTS: The work is to be performed in compliance with the IHS-BAO Technical Specifications. Submittals, materials, construction methods, quality standards, and estimated quantities are defined by the 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 installation of the agreed upon number of domestic water wells, determined in the final inspection and all required documents and information have been delivered to the Project Engineer. SPECIAL CONSIDERATIONS: The Work was initially intended to be completed by the Crow Tribe under the authority of the MOA for IHS Project BI21A61. The Tribe is currently unable to fulfill its obligations due to financial difficulties. Due to the amount of time that this situation has existed, 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. 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. 75H70922Q-016 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 10:00 a.m. MST, on August 1, 2022. 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, Cast-in-Place Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties, Signage, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Extinguishers, Storage Specialties.
Division 11 - Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression.
Division 22 - Plumbing, Plumbing Piping, Plumbing Equipment.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical, Instrumentation and Control for Electrical Systems.
Division 27 - Communications, Data Communications, Voice Communications, Audio-Video Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork.
Division 32 - Exterior Improvements, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Water Utility Pumping Stations, Wells, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains.
Division 40 - Process Integration, Water Process Piping.
Division 44 - Pollution and Waste Control Equipment, Water Pollution Control Equipment.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater 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