Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
SOLICITATION NOTICE

Z -- Remove Existing Vinyl Tile Flooring and Cove Base Molding and Supply and Install Epoxy Floor Coating and Cove Base Molding

Notice Date
7/13/2016
 
Notice Type
Presolicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-RFQ-16-MD23
 
Point of Contact
Michael A. Douglas, Phone: (979) 260-9480
 
E-Mail Address
michael.douglas@ars.usda.gov
(michael.douglas@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, ARS, Western Business Service Center (WBSC), has a requirement to remove existing vinyl tile flooring and cove base molding and provide and install 1/8 inch nominal thickness epoxy with quartz aggregate floor coating and cove base molding at the USDA, ARS, PA, Hydraulic Engineering Research Unit(HERU), Stillwater, OK. The work includes, but is not limited to the following: The successful contractor shall be responsible for furnishing all labor, materials, equipment, supplies, transportation, and supervision necessary remove existing vinyl tile flooring and cove base molding and provide and install 1/8 inch nominal thickness epoxy with quartz aggregate floor coating and cove base molding. The installation area is approximately 3800 square feet. All materials as specified and the proper installation of all material in accordance with the terms, conditions and specification/statement of work contained in the solicitation documents. Solicitation number is AG-32SD-RFQ-16-MD23 and will be issued as a Request for Quotes (RFQ), and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-88. This acquisition is a Total Small Business set-aside. The contract performance period is 60 days from the Notice to Proceed date. A pre-bid/site visit will be scheduled and information provided in the solicitation package. A firm-fixed price contract will be awarded. Contractors are required to register or update their registration at the System for Award Management (SAM) website at www.sam.gov in order to receive a contract award under this solicitation. Payment and Performance Bonds will be required after contract award. All interested responsible sources may submit a written quote which shall be considered by the agency. The North American Industry Classification System (NAICS) Code is 238330 and the small business size standard is $15.0 million. Magnitude of proposed construction is between $25,000 and $1000,000. The complete solicitation package and related documents will be posted on the FedBizOpps Website: http://www.fbo.gov within the next 15 days. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred SM Program. The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; Executive Order (EO) 13514, "Federal Leadership in Environmental, Energy and Economic Performance," dated October 5, 2009; EO 13423, "Strengthening Federal Environmental, Energy, and Transportation Management," dated January 24, 2007; and Presidential Memorandum, "Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement," dated February, 2012 to provide biobased products.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e72f5445d1b05998d2f040c5a3c0acae)
 
Place of Performance
Address: USDA-ARS-PA, Hydraulic Engineering Research Unit, Office building, ARS-25, located at 9501 W. Lakeview, Stillwater, Oklahoma, 74075, United States
Zip Code: 74075
 
Record
SN04181530-W 20160715/160713235206-e72f5445d1b05998d2f040c5a3c0acae (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.