Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:1282A722R0021
GENERAL: The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a Service-Disabled Veteran-Owned Small Business set aside basis from all interested businesses having the capabi...
GENERAL: The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a Service-Disabled Veteran-Owned Small Business set aside 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 #: 1282A722R0021 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 Sep 7th 2022. Description: Work for this project requires the contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: Replacement of one (1) HVAC system in the Perkins Hall dormitory (Bldg. 59) at the Pine Knot Job Corps Center. 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 less than $25,000 Estimated Period of Performance: 7 days from Notice to Proceed. NTP is only issued after all submittals are approved. The POP does not include submittal time frame. 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 a Service-Disabled Veteran-Owned Small Business set aside. The small business size standard for NAICS 236220 is $39.5 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: Pine Knot Job Corps Civilian Conservation Center 132 Job Corps Road Pine Knot, KY 42635 United States Primary Point of Contact: Christopher Keck, Contract Specialist Christopher.keck@usda.gov