Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1204N719R0001
JHSN SEED COOLERS AND CONTROLS RETROFIT The purpose of this announcement is to make notice that the Forest Service contemplates releasing a solicitation numbered 1204N719R0001 on or about May 13, 2019...
JHSN SEED COOLERS AND CONTROLS RETROFIT The purpose of this announcement is to make notice that the Forest Service contemplates releasing a solicitation numbered 1204N719R0001 on or about May 13, 2019, for the J.Herbert Stone Nursery Seed Coolers and Controls Retrofit, Rogue River-Siskiyou National Forest. The J. Herbert Stone Nursery is located in Jackson County, Oregon. The solicitation will be released through this FedBizOpps website, and prospective bidders should visit this FedBizOpps website from time to time on or after May 13, 2019, to obtain a copy of the solicitation. This notice meets the requirements of FAR 5.201. PROJECT DESCRIPTION. The U.S. Forest Service, Region 6, Rogue River-Siskiyou National Forest, J. Herbert Stone Nursery has a project requirement that includes all labor, materials, equipment, supplies, supervision and incidentals necessary for the retrofit of the refrigeration system for a 4,500 square foot seed storage facility located at the J. Herbert Stone Nursery. Work includes but is not limited to the following: •Demolition of existing controls, electrical, mechanical and other associated equipment and materials. •Construction of new refrigeration and systems for five seed storage rooms including all associated plumbing, electrical, structural supports, building modifications and all other associated equipment and materials. •Design and construction of a new computerized control and monitoring system. •Other miscellaneous items as shown on the Drawings and Specifications or as otherwise necessary to produce a complete and working facility. The magnitude of construction for this acquisition is between $500,000 and $1,000,000. The Government intends to award a firm -fixed price contract.. This project is set-aside for small business concerns. The North American Classification System Code (NAICS) is 238220. The size standard is 15.0 Million. A bid bond (20 percent) is required. A payment bond (100 percent) and a performance bond (100 percent) will be required after award. The solicitation with specifications and construction wage requirements will be posted to the FedBizOpps website www.fbo.gov. on or about May 13,2019. Note: prospective bidder shall be registered and active in the System for Award Management (SAM) data base prior to award. Information on registration may be obtained via the internet at: http://www.sam.gov. All contractors and vendors must complete the electronic version of the Representations and Certifications in the SAM system. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort, however, it is anticipated for this fiscal year 2019. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.