Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2017 FBO #5719
SOLICITATION NOTICE

Y -- Perimeter Fencing

Notice Date
7/19/2017
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Agricultural Research Service - Plains Area
 
ZIP Code
00000
 
Solicitation Number
AG-6538-S-17-0059
 
Archive Date
8/18/2017
 
Point of Contact
Donita J. Furman, Phone: 402-762-4145
 
E-Mail Address
donita.furman@ars.usda.gov
(donita.furman@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, ARS, US Meat Animal Research Center, has a requirement to remove and install 16 to 50 miles of existing barbed wire perimeter fencing at the USDA, ARS, US Meat Animal Research Center, Clay Center, NE. The successful contractor shall be responsible for furnishing all labor, materials, equipment, supplies, transportation, and supervision necessary remove existing barbed wire and suspension perimeter fencing and the installation of new barbed wire perimeter fencing. The work includes, but is not limited to the following: Removal of approximately 16 to 50 miles of barbed wire perimeter fencing as shown on the drawings, Installation of 16 to 50 miles of barbed wire fencing as shown on the drawings and as described in the specifications. 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-6538-S-17-0059 and will be issued as a Request for Quotes (RFP), 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 90 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 238990 and the small business size standard is $15.0 million. Magnitude of proposed construction is between $250,000 and $750,000. 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. 52.232-18 -- Availability of Funds. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c63aab6ab484bdd716db6a611d2e727)
 
Place of Performance
Address: State Spur 18D Bldg 1, Clay Center, Nebraska, 68933, United States
Zip Code: 68933
 
Record
SN04586870-W 20170721/170719235806-9c63aab6ab484bdd716db6a611d2e727 (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.