Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2021 SAM #7009
MODIFICATION

Z -- 47PJ0021Q011 - Solicitation for Fencing Around Pembina Impound Lot

Notice Date
2/4/2021 10:44:54 AM
 
Notice Type
Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0021Q011
 
Response Due
2/17/2021 12:00:00 PM
 
Archive Date
03/04/2021
 
Point of Contact
Laura Funk, Phone: (701) 566-6114, Len Wilson, Phone: (303) 594-9195
 
E-Mail Address
laura.funk@gsa.gov, len.wilson@gsa.gov
(laura.funk@gsa.gov, len.wilson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION NOTICE for Construction <$150,000 SOLLICITATION NUMBER: 47PJ0021Q0011 TITLE OF CONSTRUCTION PROJECT:� Fencing around impound lot in Pembina, North Dakota DESCRIPTION OF PROPOSED WORK: The existing impound lot was removed during the construction of the APHIS Project and was placed in storage onsite. A new impound lot will need to be constructed in the NW corner of the LPOE using the stored material in combination with any additional materials required to complete the installation of a 100� x 40� impound lot. **Estimated Price Range:� $25,000 - $100,000 **NAICS Code and Title:� 238990, Other Specialty Contractors **Small Business Size Standard:� $16.5 million TYPE OF SET-ASIDE:� This procurement is set aside for award to qualified small businesses.� offers from other businesses including large business will not be considered. LOCATION OF THE WORK:� Pembina, Pembina County, North Dakota DATES: Issuance of Solicitation:� February 4, 2021 Site Visit: By appointment only � contact Theuns Steyn at (303) 236-0433 or theuns.steyn@gsa.gov Proposals Due: February 17, 2021 at 2:00 pm central time Proposals should be submitted using the Standard Form (SF1442) and emailed to: len.wilson@gsa.gov and laura.funk@gsa.gov Tentative Award Date:� February 18, 2021 Contract Performance:� 90 calendar days after notice to proceed PROCEDURES FOR AWARD:� The Government will award a contract resulting from this Solicitation to the responsible Offeror whose offer conforming to the Solicitation will be the best value to the Government, Total Evaluated Price and other factors considered. In order to be considered responsible, an Offeror must demonstrate that it meets the requirements of FAR 9.104-1. The Contracting Officer's determination of an Offeror's responsibility or non-responsibility may be based upon any information obtained by the Contracting Officer, and is independent of the evaluation of offers set forth herein. The proposed prices will be evaluated for reasonableness. Price reasonableness determines whether an Offeror�s price is too high. Analysis of price proposals will be performed using one or more of the techniques defined in FAR 15.404 in order to determine price reasonableness. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 15.404-1. Notwithstanding anything to the contrary in this solicitation and for the avoidance of doubt, the Government will not perform a price realism analysis of the Offeror�s proposal. 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 small business. SITE VISIT:� By appointment. 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:� N/A 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 small business 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/6be97c00e860487587f052d791c7f8d1/view)
 
Place of Performance
Address: Pembina, ND 58271, USA
Zip Code: 58271
Country: USA
 
Record
SN05907955-F 20210206/210204230102 (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.