Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOLICITATION NOTICE

P -- USACE SPK DBB Construction � Software Sustainment Center (SSC) IGLOO Demolition

Notice Date
6/28/2024 2:21:22 PM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824Q0031
 
Response Due
7/9/2024 12:00:00 PM
 
Archive Date
07/24/2024
 
Point of Contact
Heidi May, Daniel E. Czech
 
E-Mail Address
heidi.may@usace.army.mil, daniel.e.czech@usace.army.mil
(heidi.may@usace.army.mil, daniel.e.czech@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Please note: attachments available under presolicitation notice*** The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for Demolition services to be performed in support of the SSC IGLOO Demo at Hill AFB, Utah. The project is anticipated to plan and complete the removal of two (2) earth covered reinforced concrete modular Munitions Storage Magazines (MSMs) at Hill AFB, UT.� These two existing buildings combined are approximately 4092 sf total. Included in the demolition are access roads, 6� thick asphalt pavement approach aprons, lightning protection, utilities, site improvements, communication support, and all other necessary support. Additional demolition will include, but is not limited to, the abatement/removal of asbestos containing materials (ACM) and other regulated materials (ORM), disconnect/capping of utilities, disposal of all debris materials, and restoration of the site. Following demolition, the Contractor shall be responsible for restoring the work site with respect to grading and proper drainage. The Government anticipates construction work will begin in Quarter three (Q3) 2024 and that construction will be performed from August 2024 through July 2025. All work must be complete by July 2025. In accordance with Federal Acquisition Regulation (FAR) 36.204(e) the magnitude of construction for the anticipated project is between $500,000 and $1,000,000. The Government intends to solicit a Request for Quote (RFQ) that will result in award of a firm-fixed price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 238910, Site Preparation Contractors.� The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $16,500,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be P400, Salvage � Demolition of Buildings. The solicitation is anticipated to be issued as a 100% set aside for small business entities and is estimated to be through the System for Award Management (SAM - www.SAM.gov) on or about 24�June 2024 with quotes tentatively due 12�July 2024. If the Government conducts a pre-bid / pre-proposal conference and/or site visit, the date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through SAM when updates are available. Requests for schedule updates may be ignored. A DRAFT copy of the requirement plans and / or specifications are included as attachments to this Notice. Changes may be made to these documents prior to any subsequent solicitation. Questions related to the draft plans and / or specifications will NOT be entertained; instructions for submitting questions related to any future solicited plans and / or specifications will be included in any forthcoming solicitation. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a quote that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated proposal due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a bid / proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of bids / proposals as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit bids / proposals. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c235a45ae0341e3aaf1684f5f961821/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN07112167-F 20240630/240628230122 (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.