Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOLICITATION NOTICE

Z -- Z--NIFC Campus Slurry Seal North Areas

Notice Date
5/22/2024 5:42:21 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NATIONAL INTERAGENCY FIRE CENTER BOISE ID 83705 USA
 
ZIP Code
83705
 
Solicitation Number
140L3724R0008
 
Archive Date
07/31/2024
 
Point of Contact
Steele, Matthew, Phone: 2083875130
 
E-Mail Address
masteele@blm.gov
(masteele@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Bureau of Land Management (BLM) at the National Interagency Fire Center (NIFC) in Boise, Idaho anticipates issuing a solicitation that includes the application of asphalt slurry applied to the existing asphalt concrete pavement surface to renew and seal the surface on the northside of campus. Following the asphalt slurry process, line striping will be performed to establish the campus parking and roadway areas. All work will be detailed within the specific contract documents that will be posted with the solicitation on SAM.Gov. Project Location: The site is located on the National Interagency Fire Center (NIFC) campus, Boise, Idaho, at 3833 S. Development Ave Boise, ID 83705. The BLM will issue a Total Small Business Set-Aside competitive solicitation on/around June 2024. The BLM anticipates issuing a single firm-fixed price award from this solicitation. The construction work is anticipated to begin Summer 2024. Davis Bacon Act (DBA) is applicable, and the appropriate DBA Wage Determination(s) will be included in the solicitation. The competitive solicitation, 140L3724R0008, is in accordance with Federal Acquisition Regulation (FAR) Part 19.5, Set-Asides for Small Business. The NAICS code for this acquisition is 237310-Highway, Street, and Bridge Construction, and the size standard is $45M (per the SBA's Table of Small Business Size Standards). The disclosure of magnitude, as required by FAR Part 36.204 is between $250,000 and $500,000. All materials must be in accordance with the Buy American Act. A Request for Proposal (RFP) solicitation package will be available electronically on or about June 2024, at www.sam.gov and will be posted for 30 days. Potential offerors are responsible for monitoring www.sam.gov for the release of the solicitation package, for any other pertinent information, and for downloading a complete copy of the solicitation package. The government will not provide paper copies or email the solicitation. To be eligible for contract award, offerors must be registered and complete the online Representations and Certification in the System for Award Management (SAM) data base via website: http://www.sam.gov. A site visit date, time and meeting location will be announced in the solicitation. Offerors are highly encouraged to attend the scheduled site visit to inspect the site and to ensure thy fully understand the requirement and conditions that may affect the cost of the project, specifications, and performance. Award will be based on Best Value to the Government in accordance with Federal Acquisition Regulations (FAR). The Government reserves the right to award a contract to other than the low offeror(s). This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any proposal preparation costs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bdb59c3bdd1b406c93d8c5240a94e200/view)
 
Record
SN07073407-F 20240524/240522230047 (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.