Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2020 SAM #6960
MODIFICATION

Z -- Roof Replacement

Notice Date
12/17/2020 8:34:28 AM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21R0001
 
Response Due
2/11/2021 1:00:00 PM
 
Archive Date
02/26/2021
 
Point of Contact
Joshua J. Dobereiner, Phone: 3096816410, Fax: 3096816648
 
E-Mail Address
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace the roof at the Dairy Forage Research Center in Madison, WI. Solicitation 12505B21R0001 is issued as a Request for Proposals (RFP).� The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order.� Interested vendors should reference the solicitation documents for all terms and conditions.� 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. Notice of Set-Aside for Small Business Concerns:� This requirement is a Service Disabled Veteran Owned Small Business Set Aside. The associated NAICS Code is 238160, Roofing Contractors.� The small business size standard is $15.0 million. Magnitude of Construction is between $250,000 and $500,000. Period of performance is 180 days after receipt of the Notice to Proceed. Bonds:� Bid, Payment, and Performance Bonds are required. Site Visit:� Organized site visits are tentatively scheduled for January 12 and 13, 2021 at 9:00 AM Central Standard Time (CST) and 1:00 PM CST on both days.� These dates are subject to change based on the COVID-19 restrictions.� Attendance is limited to 10 people per site visit.� Face coverings must be worn at all times.� The site visit will be held at the project location.� The same information will be provided at all site visits, so offerors only need to attend one.� In order to attend the site visit, you MUST pre-register by 3:00 PM CST on January 11, 2021.� Pre-register by emailing josh.dobereiner@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for.� An email response will be sent confirming your registration.� The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers.� Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions, and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Josh Dobereiner, via email to josh.dobereiner@usda.gov.� Questions must be submitted no later than 3:00 PM CST on January 21, 2021.� Answers to all questions received by that time will be posted as an amendment to the solicitation.� No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer.� Telephone requests for information will not be accepted or returned. Biobased Products:� 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.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2055c174b0634383ac2da8a99838bf45/view)
 
Place of Performance
Address: Madison, WI 53706, USA
Zip Code: 53706
Country: USA
 
Record
SN05876336-F 20201219/201217230113 (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.