SOURCES SOUGHT
P -- Demolish Facility Slab, and Outlying Buildings at Biological Control of Insects Research Laboratory (BCIRL)
- Notice Date
- 1/12/2024 8:59:36 AM
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B24R0003
- Response Due
- 1/18/2024 12:00:00 PM
- Archive Date
- 01/19/2024
- Point of Contact
- Missy Grice, Phone: 9706314559
- E-Mail Address
-
melissa.grice@usda.gov
(melissa.grice@usda.gov)
- Description
- A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement, Request for Quote, or Invitation for Bid. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 238910, with a Size Standard $19 million and the PSC Code is P400. Magnitude of Construction is between $100,000 and $250,000. Scope of Work: The contractor shall provide all necessary labor, parts, and materials to Demolish Facility Slab, and Outlying Buildings at Biological Control of Insects Research Laboratory (BCIRL) located in Columbia, MO.� The Scope includes the demolition and removal of buildings, slabs, foundations and footings (to 36 inches below grade), and most utilities in their entirety, along with restoration of the impacted areas.� All concrete slabs shall be demolished, removed and the impacted areas restored with select fill and seeding.� All facilities, slabs, pads, walls ext., within the annotated enclosed area shall be demolished.� All utilities shall be capped at ground level and an as-built drawing showing the location of all capped utilities shall be a deliverable of this project. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A SAM UEI number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. Vendor must include their UEI# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to melissa.grice@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email by Thursday, January 18, 2024 at 2:00 p.m. (Central Time). Telephone inquiries will not be accepted. Questions should be directed to Melissa Grice at melissa.grice@usda.gov. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/891dbe5ac1364bcc96d751d0af23ea3f/view)
- Place of Performance
- Address: Columbia, MO 65211, USA
- Zip Code: 65211
- Country: USA
- Zip Code: 65211
- Record
- SN06935003-F 20240114/240112230041 (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 |