Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
MODIFICATION

Y -- OTT - J.W. Toumey Nursery Steam Room Conversion - Amendment 2

Notice Date
5/4/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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-17-0028
 
Archive Date
6/3/2017
 
Point of Contact
Annette C. Caliguri, Phone: 906-428-5842, Eric Johnson, Phone: 906-932-1330 ext 322
 
E-Mail Address
acaliguri@fs.fed.us, ericjohnson@fs.fed.us
(acaliguri@fs.fed.us, ericjohnson@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum Number 2 Addendum Number 1 SF 30 Amendment 0002 SOLICITATION AMENDMENT 0002 - To include Questions and Answers from the pre-bid meeting and those submitted via e-mail. Two addendums are attached to provide this information. SOLICITATION AMENDMENT 0001 - To extend the Receipt of Offers Date to May 19th, 2017, 1:00 pm EST. A second amendment, 0002, will be issued to provide questions and answers submitted for this solicitation via e-mail and at the pre-bid meeting. The questions are currently being researched by the COR and Project Designers. The Lake States Acquisition Team is announcing an opportunity to bid on the J.W. Toumey Nursery Steam Room Conversion Project for the Ottawa National Forest in Watersmeet, MI. This acquisition is advertised as a total small business set-aside using Simplified Acquisition Procedures. Per FAR SubPart 5.202(a)(13) a pre-solicitation is not required. 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 238220. The Small Business Administration size standard is $15 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. Project dates are negotiable and the contract is estimated to require approximately 60 days for completion. Completion date will be no later than July 31, 2017. The scope of work includes, but is not limited to, construction of a small boiler room on the existing loading dock, installing a steam boiler and all appurtenances to provide steam to an existing large walk-in cooler to heat & humidify the space for the purpose of sterilizing seedling containers, and other requirements designated under provisions of this contract necessary to complete the entire project per specifications included and in the established timeframe. A pre-bid meeting will be held on April 26, 2017 at 10:00 a.m. CST at the JW Toumey Nursery Worksite. Directions are as follows: From the intersection of Highway US-2 and Highway US-45 in Watersmeet, MI, turn north along US-45 for approximately 0.64 miles to the intersection of US-45 and Old US-2 E. Turn right/easterly onto Old US-2 E, travel north-easterly along Old US-2 E for approximately 0.22 miles to the intersection of Old US-2 E and the entrance / exit road to J.W. Toumey Nursery. Turn right / southerly onto the entrance / exit road to J.W. Toumey Nursery, travel south-south-easterly along J.W. Toumey Nursery entrance / exit road approximately 0.27 miles to the approximate parking location of the project. Also, see attached maps. 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 e-mailed to acaliguri@fs.fed.us SUBJ: AG-569R-S-17-0028 or mailed to the address in Block 8 of the SF-1442 form by 1:00 pm EST on May 5th, 2017. 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: Eric R. Johnson at 906-932-1330, Ext. 322 or ericjohnson@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-17-0028/listing.html)
 
Place of Performance
Address: J.W. Toumey Nursery, E 23985 Old U.S. Hwy 2, Watersmeet, Michigan, 49969, United States
Zip Code: 49969
 
Record
SN04495867-W 20170506/170504235012-fd430d07dc4fbaa50e9f88d8ad1ce00c (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.