SOLICITATION NOTICE
Z -- Lead Containing Paint Stabilization/Abatement/Painting
- Notice Date
- 4/20/2021 12:23:15 PM
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- PBS R8 LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 47PJ0021R0072
- Response Due
- 5/19/2021 2:00:00 PM
- Archive Date
- 06/03/2021
- Point of Contact
- Jennifer J. Canfield
- E-Mail Address
-
jennifer.canfield@gsa.gov
(jennifer.canfield@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DESCRIPTION OF PROPOSED WORK: The General Services Administration, Region 8, is initiating a project to stabilize, seal, and repaint areas of failing lead containing paint (LCP) located within the storage and custodial rooms in the basement of the Federal Office Building.� In addition, GSA is initiating a project to remove/abate the LCP from the exterior window trim and panels on the south, east, and north sides of the building. **Estimated Price Range:� Between $100,000 - $250,000 **NAICS Code and Title:� 238990, All Other Specialty Trade Contractors **Small Business Size Standard:� $16.5 million TYPE OF SETASIDE:� THIS PROCUREMENT IS SET ASIDE FOR AWARD TO SMALL BUSINESSES.� OFFERS FROM OTHER BUSINESSES INCLUDING LARGE BUSINESS WILL NOT BE CONSIDERED. LOCATION OF THE WORK:� Cheyenne, Laramie County, Wyoming TENTATIVE DATES: **Issuance of Solicitation:� May 5, 2021 **Site Visit: May 12, 2021 at 9:00 am Mountain ** Proposals Due: May 19, 2021 by 3:00 pm Mountain **Award Date:� May 30, 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://sam.gov for the release of any amendments. AWARD RESTRICTIONS: This procurement is offered for competition limited to small business concerns. SITE VISIT:� The pre-proposal site visit is scheduled for Wednesday, May 12, 2021 at 9:00 am local time in the GSA office at the JC O�Mahoney Federal Center, 2120 Capitol Avenue, Room 1106, Cheyenne, WY. The site visit will consist of a meeting to review the scope of work and a walk-thru of the project site. Face coverings are required to enter the Federal Building and during the site visit. 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 bonding will be required for this procurement. 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. 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:// 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/9fe540c0cc70480482071dbc660e27f9/view)
- Place of Performance
- Address: Cheyenne, WY 82001, USA
- Zip Code: 82001
- Country: USA
- Zip Code: 82001
- Record
- SN05977741-F 20210422/210420230121 (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 |