Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2021 SAM #7061
SOLICITATION NOTICE

Z -- APHIS Trailer Relocation

Notice Date
3/30/2021 6:20:41 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
EQ8PCS-21-0068
 
Response Due
4/7/2021 11:01:00 PM
 
Archive Date
04/23/2021
 
Point of Contact
Dylan White
 
E-Mail Address
dylan.white@gsa.gov
(dylan.white@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a presolicitation notice for the General Services Administration, Public Buildings Service, Region 8 to publicize the need for construction services to relocate an existing trailer at the Land Port of Entry in Dunseith, ND. This is not a solicitation announcement, and there is no request for proposal or related documents. This synopsis is exclusively to publicize information about a project opportunity for construction services and to share information about the project. Summary of Anticipated Scope:��The scope of work is anticipated to require construction services to relocate an existing trailer for the Animal Plant Health Inspection Services (APHIS) at the Dunseith Land Port of Entry. The goal of the project is to relocate the existing trailer from the east side of Highway 281 to the west side of the Highway. The construction may require multiple types of activities to implement the design program, such as the following: site work; relocation of existing trailer, repair of any damages that occur to the structure at the new location; plumbing, electrical, and mechanical hookups; construction of parking area; and earthwork. Contractor is responsible for locating existing utilities at the relocated trailer site for new utility connections. See attached draft scope of work for more details. Contractors are notified that the attached document is only a draft document and subject to any changes. Contract Type:��The anticipated type of contract is a firm-fixed price type contract. The project method of delivery is design-bid-build program. The Government will provide design and construction documents to the general contractor. NAICS:��The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $39.5 million. Subcontracting:��In accordance with FAR subpart 52.219-14, contractors must perform at least 15 percent of the cost of the contract. Set-Aside:��The Government intends to set aside the requirement for small business concerns based on previously performed market research. Anticipated Dates for Procurement and Project: Issuance of Solicitation:� 03/08/2021 Proposals Due:� 04/08/2021 Contract Award:� 04/27/2021 Construction Mobilization:� 05/31/2021 Project Substantial Completion:� 09/27/2021 Funds Availability:��Issuance of this pre-solicitation notice does not warrant that funds are presently available for award of a contract. Award of a contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the solicitation and notice in advance of such time as funds are made available for the contracting officer for the purpose of contract award. Document Availability:��The solicitation will be available for electronic download from the Contract Opportunities domain on the System for Award Management at https://www.beta.sam.gov. Information on Proposal Submission:��The Government plans to conduct a competitive negotiated acquisition after exclusion of sources. The acquisition will be a total small business set-aside. The Government will use source selection procedures in FAR Part 15 to evaluate proposal packages. Specifically, the Government will use the best value continuum concept and the�lowest price technically acceptable approach to evaluate proposals for award. The solicitation will provide details on the requirements for proposals to be considered technically acceptable. The Government reserves the right to make awards without discussions. Therefore, offerors should submit proposals that are acceptable without additional explanation or information as the Government may evaluate and make a final decision for award solely on the basis of the initial proposal submitted by offerors. Furthermore, the Government may determine acceptability of a proposal based on the proposal based on the initial proposal submitted by offerors. Offerors are required to submit a proposal package that meets all the submittal requirements specified in the solicitation. The Government may establish a competitive range comprised of the most highly rated proposals. The competitive range may also exclude highly rated proposals that may otherwise be included in the competitive range if it is necessary to achieve efficiency in competition among the most highly rated proposals. In the Government's evaluation of proposals, the best value proposal is the lowest priced offer that meets the technical requirements of the solicitation. The Government will not use a�tradeoff process in the evaluation process. Performance and Payment Bonds:��In accordance with FAR subpart 28.102-1, performance and payment bonds will be required for this project. A bid guaranteed will be required as part of the proposal. Requests for Information:��Interested contractors are encouraged to submit any requests for information directly to the Government points of contact shown in this notice. Please be aware that the Government may not respond to requests until release of the RFP. Submitted requests may be taken into consideration by the Government in planning the project requirements, solicitation, and contract documents. Other Information:��If a solicitation is released for the need described above, then all interested firms will be required to register in the Government's System for Award Management (SAM) with an active account. The information provided in this pre-solicitation notice shall not be construed as a request for proposal nor as a commitment by the Government. Information is to provided on a voluntary basis. No reimbursement of direct or indirect costs or charges, including postage and shipping, or any other costs will be made as a result of the submission of any information. Availability of Drawings:��Interested contractors may obtain drawings by directly contacting the GSA contracting officer listed as the point of contact. Please complete the attached Request for Controlled Unclassified Information (CUI) Building Information form and send to the GSA Contracting Officer point of contact listed in this post. Interested contractors must complete and return a�Disposal Statement for Controlled Unclassified Information (CUI Building Information when the drawings and information are no longer required for a Lawful Government Purpose.�These documents are made available for planning purposes and the Government is not responsible for any direct or indirect costs associated with review of the document and planning.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/217d1bf2594649248dca97ebd84757dc/view)
 
Place of Performance
Address: Dunseith, ND 58329, USA
Zip Code: 58329
Country: USA
 
Record
SN05957136-F 20210401/210331083204 (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.