Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOLICITATION NOTICE

Y -- Y--Jerseydale Work Center & Batterson Work Center Barracks

Notice Date
6/14/2024 7:50:52 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA FOREST SERVICE-SPOC SW Washington DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12970224R0032
 
Response Due
6/29/2024 2:00:00 PM
 
Archive Date
07/21/2024
 
Point of Contact
KECK, CHRISTOPHER, Phone: 402-657-3092
 
E-Mail Address
christopher.keck@usda.gov
(christopher.keck@usda.gov)
 
Description
GENERAL: The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a 8(a) Competitive basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Proposal documents will be available for download and Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Solicitation #: 12970224R0032 Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the USDA are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals and at the time of award. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about July 1, 2024 Description: The USDA is searching for firms who can provide design/build services for the expansion of the Batterson Work Center and Jerseydale Work Center. As a result of the 2020 Creek Fire, many facilities at various locations throughout the forest were destroyed. During the planning process, it was determined to expand other Work Centers versus rebuilding at the burned sites. This Sources Sought is part of Market Research, intended to assist the Agency in determining if an adequate number of qualified interested contractors capable of fulfilling the needs of the Government for this anticipated requirement exists. The Government may use the responses to this Sources Sought for information and planning purposes. Batterson Work Center: This project is to design and construct: One 6-Person Barracks with office layout and connect to existing utilities in the area. Construct a new prefab metal building 100ft x 100ft, 20ft height with pull though access (2 rolling doors on each side 14ft wide & 16ft tall) with two restrooms on concrete foundation, (fully insulated, connect to existing utilities water/electrical, and design a new a septic system). Construct a new prefab metal building 60ft x 40ft, 16ft height (4 rolling doors on one side 12ft wide & 14ft tall) with two restrooms on concrete foundation (fully insulated, connect to existing utilities water/electrical/sewer. Provide pave parking area for the new barracks & prefab building (parking area to connect to the existing asphalt road). Furnish and replace the entrance sign for the work center with foundation. Fully reconstruct access road; demolish/grind and repave 4� compacted in-place. Jerseydale Work Center: This project is to design and construct; One 6-Person Barracks and connect to existing utilities in the area. Demolish and disposed of existing barracks. Construct a new prefab metal building 20ft x 30ft, 16ft height (one rolling door on one side 12ft wide & 14ft tall) with two restrooms on concrete foundation (fully insulated, connect to existing utilities water/electrical. Furnish and replace the entrance sign for the work center with foundation. Fully reconstruct access road/parking area; demolish/grind and repave 4� compacted in-place. Parking area/open areas to be resigned for proper elevations/drainage and repave. The design portion of this project includes a third-party value analysis report. Provide outdoor small, shaded steel structure (picnic area/ benches) where the barracks (Batterson) and metal buildings (Jerseydale & Batterson) would be constructed. Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT). The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $5,000,000 and $10,000,000. Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted, and date/location will be noted in the solicitation. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Agriculture (USDA) and the U.S. Forest Service (FS) changes. This procurement is 8(a) competitive. Responsible 8(a) business sources may submit an offer that will be considered. The small business size standard for NAICS 237310 is $45 million. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov. Place of Performance: Batterson Work Center: 43060 Highway 41, Oakhurst, CA 93644. Jerseydale Work Center: 6440 Jerseydale Road, Mariposa, CA 95338. Primary Point of Contacts: Patrick Naulty, Contracting Specialist Patrick.naulty@usda.gov Christopher Keck, Contracting Officer Christopher.keck@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9bc11990a45843a992b0e45064718dc8/view)
 
Record
SN07098146-F 20240616/240614230124 (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.