Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2014 FBO #4605
AWARD

Z -- HIA - Rapid River Ranger District HVAC Rehabilitation

Notice Date
7/2/2014
 
Notice Type
Award Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
AG-569R-S-14-0026
 
Archive Date
7/17/2014
 
Point of Contact
Annette C. Caliguri, Phone: 906-428-5842, Adam Garrison, Phone: 906-428-5843
 
E-Mail Address
acaliguri@fs.fed.us, agarrison@fs.fed.us
(acaliguri@fs.fed.us, agarrison@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Award Number
AG-569R-P-14-0032
 
Award Date
7/2/2014
 
Awardee
Vines Restoration Company, 518 3rd Avenue, Destin, Florida 32541, United States
 
Award Amount
$50,160.00
 
Line Number
ALL
 
Description
The Lake States Acquisition Team is announcing an opportunity to bid on a project to rehabilitate the HVAC System at the Rapid River Ranger District of the Hiawatha National Forest. This acquisition is advertised as a total small business set-aside using Simplified Acquisition Procedures. In accordance with FAR Part 36.204(b), the estimated magnitude of construction is between $25,000 and $100,000. The applicable North American Industry Classification System (NAICS) Code is 811310. The Small Business Administration size standard is $7.0 million. Contractors are required to be actively registered with the System for Award Management (SAM) database and completed their online representations and certifications. Bacon-Davis wage rates will apply to this contract. Payment protection is required on bids exceeding $30,000. No reimbursement will be made for any costs associated with providing information in response to this solicitation, amendments, or any follow up information requests. No hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website. Contract estimated completion date is September 30, 2014. The scope of work includes, but is not limited to, abandonment of existing first floor ductwork and replacement with attic and ceiling run ducts, upgrade and installs new zone controls, minor carpentry and repair due to relocated ductwork. Contractor must provide for and furnish all labor, superintendence, materials, tools, equipment, transportation, permits, certificates, insurance, temporary protection and other items designated under provisions of this contract necessary to complete the entire project per specifications and in the established timeframe. All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website https://www.ipp.gov/index.htm. Please make sure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. Offers may be hand delivered, e-mailed to acaliguri@fs.fed.us SUBJ: AG-569R-S-14-0026 or mailed to the address in Block 8 of the SF-1442 form. No fax bids will be accepted. Contractors must complete and return: 1) SF-1442 Form 2) Section B 3) Section K 4) Experience Questionnaire or equivalent information. Contracting Officers Representative for this contract is: Adam Garrison, 906-428-5843, or agarrison@fs.fed.us. The Lake States Acquisition Team is announcing an opportunity to bid on a project to rehabilitate the HVAC System at the Rapid River Ranger District of the Hiawatha National Forest. This acquisition is advertised as a total small business set-aside using Simplified Acquisition Procedures. In accordance with FAR Part 36.204(b), the estimated magnitude of construction is between $25,000 and $100,000. The applicable North American Industry Classification System (NAICS) Code is 811310. The Small Business Administration size standard is $7.0 million. Contractors are required to be actively registered with the System for Award Management (SAM) database and completed their online representations and certifications. Bacon-Davis wage rates will apply to this contract. Payment protection is required on bids exceeding $30,000. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this solicitation, amendments, or any follow up information requests. No hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website. Contract estimated completion date is September 30, 2014. The scope of work includes, but is not limited to, abandonment of existing first floor ductwork and replacement with attic and ceiling run ducts, upgrade and installs new zone controls, minor carpentry and repair due to relocated ductwork. Contractor must provide for and furnish all labor, superintendence, materials, tools, equipment, transportation, permits, certificates, insurance, temporary protection and other items designated under provisions of this contract necessary to complete the entire project per specifications and in the established timeframe. All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website https://www.ipp.gov/index.htm. Please make sure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm. Offers may be hand delivered, e-mailed to acaliguri@fs.fed.us SUBJ: AG-569R-S-14-0026 or mailed to the address in Block 8 of the SF-1442 form. No fax bids will be accepted. Contractors must complete and return: 1) SF-1442 Form 2) Section B 3) Section K 4) Experience Questionnaire or equivalent information. Contracting Officers Representative for this contract is: Adam Garrison, 906-428-5843, or agarrison@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/Awards/AG-569R-P-14-0032.html)
 
Record
SN03414111-W 20140704/140703004012-cc7c429dc652cc39fcf4a527c6c6616f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.