Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

Z -- REPAIR AND REPLACE ROOF AT BARC BUILDING #1045

Notice Date
2/23/2021 8:53:48 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B21Q0005
 
Response Due
3/4/2021 12:00:00 PM
 
Archive Date
03/19/2021
 
Point of Contact
Mark O. Volk, Phone: 3096816618
 
E-Mail Address
mark.volk@usda.gov
(mark.volk@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) intends to issue a Request for Quotes (RFQ) for a firm fixed-price construction contract to: REPAIR AND REPLACE PITCH ROOFS, FLAT ROOF, REPAIR CORNICES,� SOFFIT, WOOD TRIM, AND PAINT FASCIA AT BUILDING #1045 at the BELTSVILLE AGRICULTURAL RESEARCH CENTER. BELTSVILLE, MARYLAND. ***** A Site Walk Through has been schedlued for Thursday February 11, 2021, Contact George Ford george.ford@usda.gov for a specific Time. 301/504-8731***** ***** All Questions ***** Deadline for submission of Questions�for this solicitation is close of business February 23, 2021.***** The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13, 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.� No paper solicitation will be available. The associated NAICS Code is 236220, Commercial and Institutional Building Construction.� The small business size standard is $36.5 million. Notice of Set-Aside for Small Business Concerns:� This requirement is�a Total Service Disabled Veteran Owned Small Business Set Aside. � The Government intends to award one (1) firm fixed-price contract.� SELECTION PROCESS: The Quotes will be evaluated using a Trade-offs source selection process. Contractors will be invited to submit their technical, past performance, and price information as described in the Solicitation, for review and consideration by the Government. The selection process will evaluate such factors (not necessarily in order): Past Performance, Technical which includes Management & Experience, and Price. Pro Forma information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Magnitude of Construction is between $100,000 and $250,000. Period of performance is 120 days after receipt of the Notice to Proceed. Bonds:� If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections.� Awards exceeding $150,000 require both Payment and Performance Bonds.� See solicitation details regarding a Bid Bond. SITE VISIT: A site visit will be held during the solicitation (Via Appointment Only)�for the project. Details regarding the site visit will be issued via ammendment to�the solicitation. All questions regarding this announcement must be submitted in writing to the Contracting Officer, Mark O. Volk, via email to Mark.Volk@usda.gov.� 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. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://beta.sam.gov/.� All interested firms must be registered on Contract Opportunities web site in order to obtain the solicitation documents and all information regarding the solicitation.�� Hard copies of the solicitation will not be provided. It is the responsibility of the Contractor to check the website daily for any updates/amendments.� Contractors are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make a Contractor ineligible for award.� The SAM website can be accessed at www.Beta.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/801d0d2ff3364a6480600331360bfd0e/view)
 
Place of Performance
Address: Beltsville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN05924249-F 20210225/210223230113 (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  © 1994-2020, Loren Data Corp.