Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2024 SAM #8244
SOLICITATION NOTICE

Y -- San Francisquito Fire Station & Barracks Construction

Notice Date
6/21/2024 2:05:31 PM
 
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
12970224R0036
 
Response Due
7/26/2024 11:59:00 PM
 
Archive Date
08/10/2024
 
Point of Contact
WALLACE, KLENISE S
 
E-Mail Address
klenise.wallace@usda.gov
(klenise.wallace@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
** This post is a pre-solicitation notice IAW FAR 36.213-2 using the format from FAR 5.207.� This is NOT a request for proposals and does not include solicitation documents. Please read this notice carefully for anticipated solicitation posting information.� Thank you. ** SAM Notice Modification: 1 Synopsis ID No. 12970224R0036 Solicitation Amendment No.: N/A Modifies: Description Item(s): (3), (4), (6), (10), (12), (14), (17), (20ii), and (20iii)� Adds: Description Item(s): (20iv) Attachments: Draft Solicitation Terms _______________________________________________________________________________________________________ (1) Action Code. Y � Construction of structures and facilities (2) Subject. San Francisquito Fire Station & Barracks Construction (3) Description. The USDA Forest Service Region 5 Angeles National Forest has a requirement to build a new fire station (and potentially a new barracks) on an existing administrative site. The project includes multiple option items that may or may not be awarded in FY24. Scope of Project. The new fire station is a single-story building of approximately 7,000 square feet and includes bay space for up to four fire engines and 15 full time employees. The new barracks will be a single-story building of approximately 3,500 square feet and will provide housing to 2 engine crews, including 8 bedrooms for 15 residents. The proposed landscaping would use drought-tolerant plants and recycled water to assist with irrigation. The contract package would also include hazmat remediation, decommissioning and demolition of the existing residence and detached garage, along with the removal of all trees and plants within the fire station project area.� �A new waterline would be installed below ground to provide potable water to the administrative site. The location of the waterline would follow along Runner Road and continue along the shoulder of the south side of San Francisquito Canyon Road to where it would connect to the LADWP Aqueduct with an LADWP-constructed wet-tapped waterline, a use meter, and a concrete pad on the berm near the large thrust block and within the LADWP right-of-way. An optional bid item would add a new vertical well and extend the waterline beyond the point of connection from the wettapped location near the aqueduct.� The location of the new well will be provided upon completion of a hydrological assessment through a separate action, to be performed by others and completed before bids are due. Optional Items. The anticipated contract contains options items. Optional items are those that are not required and may not be included with the base award items.� If exercised, optional items may be awarded at the time of award of the base contract or at another time specified during the contract period of performance, subject to the availability of funds.� During the solicitation period, optional items are evaluated with the base items in accordance with the solicitation evaluation procedures identified in Section M.� Optional items not awarded with the base award items must be exercised via written contract modification and a Notice to Proceed (NTP) for this contract. The Contractor must guarantee pricing throughout the duration of the contract period of performance. (4) Synopsis Period. 3 June 2024 through 7 July 2024 (5) Contracting Office Address.� USDA Forest Service, ATTN: SPOC Southwest,�201 14th Street SW,�Washington, DC 20250 (6) Product or Service Code. Y1JZ, Construction of Miscellaneous Buildings (7) NAICS Code. 236220 � Commercial and Institutional Building Construction (8) Set-aside Status. Total Small Business (9) Proposed Solicitation Number. 12970224R0036 (10) Proposed Solicitation Period. Solicitation period anticipated from 8 July 2024 through 9 August 2024.� All solicitation documents will be posted to SAM.gov under the solicitation number at item 9.� The actual due date will be shown in the solicitation.� The period herein is �proposed.�� (11) Site Visit. The Site Visit may be combined with the pre-proposal conference.� See item 12.� (12) Pre-proposal Conference. The Government anticipates hosting a pre-proposal conference/site visit the week of 22 July 2024.� The date and venue are TBD.� The final date, time and location will be reflected in Section L of the solicitation. (13) Contact Point or Contracting Officer. Klenise Wallace, klenise.wallace@usda.gov.� All questions pertaining to this upcoming solicitation must be submitted in writing, via email to this contact.� (14) Place of Contract Performance. This project is located in the Angeles National Forest on the Los Angeles Gateway Ranger District near the city of Santa Clarita City in Los Angeles County, CA. (15) Contract Type: A Single Award Firm Fixed Price (FFP) Contract is anticipated. (16) Contract Award Period of Performance. The anticipated performance period is approximately 540 calendar days from the Notice to Proceed (NTP) effective date for base and options items.� A breakdown schedule will be provided in Section C of the solicitation terms.� Construction is anticipated to start in September 2024. (17) Contract Award Date. On or about 6 September 2024 (18) Contract Award Dollar Amount. It is anticipated that the range price of this contract will be (FAR 36.204): (h) More than $10,000,000.� (19) Contractor. TBD (20) Additional/ Important Information. (20.i) Bonding is required for this contract.� Offeror shall provide a bid bond for 20% of the amount of the contract total value.� Performance and payment bonds are to be 100% of the award amount.� Refer to FAR 28.102-2.� This guidance is in accordance with FAR 52.228-1. (20.ii) Cutoff for Questions and Answers.� The cutoff for questions pertaining to this solicitation is anticipated 2 Augsut 2024 by 1300 PT.� Questions must be submitted via email to klenise.wallace@usda.gov and ricardo.lopez2@usda.gov.� All inquiries must include the solicitation number in the subject of the email. (e.g. Questions: 12970224R0036) (20.iii) Proposal Submission.� The anticipated proposal due date is 9 August 2024 NLT 2359 PT.� Proposal submissions must include the solicitation number and contractor name in the subject of the email(s) in response to the solicitation. (e.g. Proposal Response: 12970224R0036, ABC Company) The offeror is responsible for verifying receipt of proposal by the Government. (20.iv) SAM.gov. All offerors must have an active registration in SAM.gov at the time of submission to be considered responsive to the forthcoming solicitation. Proposals that show any registration status in SAM.gov other than �Active� will be rejected and removed from further consideration. (20.v) Tips for Submission. Once posted, read the solicitation carefully; ensure that proposals include all documents specified in Section L and that all questions have been addressed prior to proposal submission. Do not make assumptions.� � (20.iv) Pre-Solicitation Virtual Gathering. The Government intends to host a virtual gathering for interested offerors with the objective of giving vendors the opportunity to participate in a questions and answers session about the solicitation to help the Government mitigate ambiguities and inspire interest before the solicitation is posted.� Interested offers are invited to join the Teams call at the following: Microsoft Teams 1 July 2024,1400 to 1515 PT Meeting ID: 264 687 557 823; Passcode: UqDYDg OR Dial in by phone: +1 970-812-0909; Passcode 709615997#
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bdf86e46912845bd91fa4ed4002caeb0/view)
 
Place of Performance
Address: Los Angeles, CA, USA
Country: USA
 
Record
SN07104174-F 20240623/240621230107 (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.