Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

Z -- Flooring Replacement (Asbestos Abatement, Carpet, and Vinyl Flooring)

Notice Date
12/13/2019 3:09:25 PM
 
Notice Type
Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0020R0024
 
Response Due
12/20/2019 2:00:00 PM
 
Archive Date
01/04/2020
 
Point of Contact
Jennifer J. Canfield
 
E-Mail Address
jennifer.canfield@gsa.gov
(jennifer.canfield@gsa.gov)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
DESCRIPTION OF PROPOSED WORK: A project to remove flooring and replace flooring within office space located on the 6th floor of the JC O’Mahoney Federal Building in Cheyenne, WY. This project includes removal of asbestos containing materials**Estimated Price Range: $100,000 - $250,000**NAICS Code and Title: 238330, Flooring Contractors**Small Business Size Standard: $16.5 millionTYPE OF SETASIDE: THIS PROCUREMENT IS SET ASIDE FOR AWARD TO WOMEN-OWNED SMALL BUSINESS (WOSB). OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESS WILL NOT BE CONSIDERED.LOCATION OF THE WORK: Cheyenne, Laramie County, WyomingIMPORTANT DATES:**Site Visit: December 10, 2019 at 1:00 pm MST** Proposals Due: December 20, 2019 by 3:00 pm MST**Estimated Award Date: January 3, 2020**Contract Performance: 45 calendar days after notice to proceedPROCEDURES FOR AWARD: The Government will first evaluate price to determine the lowest through highest priced offers. The Government intends to evaluate the technical proposals of only the three lowest priced offers. The remaining technical proposals shall not be evaluated as to technical acceptability unless one of the three lowest price offers proves to be technically unacceptable. If one of the three lowest priced proposals proves to be technically unacceptable, then the fourth-lowest priced proposal will be evaluated for technical acceptability. This process will continue until the Government deems three proposals technically acceptable. Award will then be made to the lowest-priced, technically acceptable offeror. Any costs incurred by offerors in preparing or submitting offers are the offerors' sole responsibility; the United States will not reimburse any offeror for any proposal preparation costs.PLAN AVAILABILITY: The solicitation will be available for electronic download at no charge from the Federal Business Opportunities website at https://beta.sam.gov. AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the EPS site at www.fbo.gov for the release of any amendments.AWARD RESTRICTIONS: This procurement is offered for competition limited to women-owned small business (WOSB) concerns.SITE VISIT: The pre-proposal site visit is scheduled for Tuesday, December 10, 2019 at 1:00 pm local time at the JC O’Mahoney Federal Center, 2120 Capitol Avenue, Cheyenne, WY. The site visit will consist of a meeting to review the scope of work and a walk-thru of the project site. SITE VISIT IS HIGHLY ENCOURAGED.FUNDS AVAILABILITY: Issuance of this Solicitation does not warrant that funds are presently available for award of a Contract. Award of the contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under this Solicitation in advance of such time as funds are made available to the Contracting Officer for the purpose of contract award.BONDING: In accordance with FAR 28.102 performance and payment bonds are required for any construction contract exceeding $150,000. See requirements in clause 52.228-15 Performance and Payment Bonds- Construction. The contractor shall furnish all bonds before receiving a notice to proceed with the work or being allowed to start work.SECURITY: Before employees are allowed to work on this project site, all personnel are required to pass a security check. Forms will be provided to the successful offeror after award.IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization.BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project.ELIGIBLE OFFERORS: All responsible women-owned small business (WOSB) firms may submit a proposal which shall be considered by the agency.All prospective offerors are also required to use the System for Award Management (SAM) in federal solicitations as a part of the proposal submission. Offerors are reminded their SAM registration status must be “Active”, at the time their offer is submitted, to be considered for award (see 52.204-7). SAM may be accessed via the following URL, www.sam.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of SAM.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36c76684280649a780708dd6a31626d2/view)
 
Place of Performance
Address: 13900, WY 82001, USA
Zip Code: 82001
Country: USA
 
Record
SN05516553-F 20191215/191213230258 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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