Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2021 SAM #7042
SOLICITATION NOTICE

Z -- Ceiling Modifications & Office Renovation

Notice Date
3/9/2021 3:51:30 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0021R0040
 
Response Due
3/10/2021 2:00:00 PM
 
Archive Date
03/25/2021
 
Point of Contact
Jennifer J. Canfield
 
E-Mail Address
jennifer.canfield@gsa.gov
(jennifer.canfield@gsa.gov)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
Amendment 0002 issued 03/09/2021. See attachment. Amendment 0001 issued 03/05/2021. See attachment. DESCRIPTION OF PROPOSED WORK: GSA is initiating a project to remove and replace ceiling tiles and paint the ceiling grids within the common areas on the 2nd and 4th floor common areas at the Dick Cheney Federal Building.� In addition, renovations to a vacant office on the 4th floor will be included in the project. **Estimated Price Range:� Between $25,000 - $100,000 **NAICS Code and Title:� 236220, Commercial and Institutional Building Construction **Small Business Size Standard:� $39.5 million TYPE OF SETASIDE:� THIS PROCUREMENT IS SET ASIDE FOR AWARD TO HUBZONE SMALL BUSINESSES.� OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESS WILL NOT BE CONSIDERED. LOCATION OF THE WORK:� Casper, Natrona County, Wyoming Site Visit:�March 3, 2021 at 11:00 am Mountain Proposals Due:�March 10, 2021 by 3:00 pm Mountain Estimated Award Date:� March 31, 2021 Contract Performance:� 60 calendar days after notice to proceed PROCEDURES 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 https://beta.sam.gov for the release of any amendments. AWARD RESTRICTIONS: This procurement is offered for competition limited to HUBZone small business concerns. SITE VISIT:� The pre-proposal site visit is scheduled for Wednesday, March 3, 2021 at 11:00 am local time at the Dick Cheney Federal Building, 100 East B Street, Casper, WY. The site visit will consist of a meeting to review the scope of work and a walk-thru of the project site. A face covering is required to enter the Federal Building and during the site visit. ATTENDING THE 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, if the contract exceeds $35,000 but does not exceed $150,000, a payment bond or alternative payment protection is required in the amount of the award.� If a bid guarantee is required to be submitted with your offer, any contract awarded will require a performance bond and payment bond as specified in the Agreement. Offerors who utilize individual sureties should note the requirement for a certified, audited, financial statement for each person acting as an individual surety under clause FAR 52.228-1 Bid Guarantee and the requirements of clause FAR 52.228-11 Pledges of Assets. 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 HUBZone Small Business firms may submit a proposal which shall be considered by the agency. 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).� Offerors submitting a proposal in response to this Solicitation shall complete electronic Annual Representations and Certifications in conjunction with required Entity registration in System for Award Management (SAM), accessed via https://beta.sam.gov.� Offerors shall also submit with their proposal, the Annual Representations and Certifications (FAR 52.204-8.� 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/992a79a270e54d13b1b25d9ee77a823f/view)
 
Place of Performance
Address: Casper, WY 82601, USA
Zip Code: 82601
Country: USA
 
Record
SN05937198-F 20210311/210309230107 (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.