Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1282B123Q0078
1. Introduction. This pre-solicitation notice is for information only and is not a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor ...
1. Introduction. This pre-solicitation notice is for information only and is not a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. If a competitive solicitation is issued in the future, it will be announced via The System for Award Management (SAM) at SAM.gov and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract. 2. Applicable North American Industry Classification System (NAICS) Code. The applicable NAICS code is 237310 Highway, Street, and Bridge Construction (Size Standard in millions of dollars $34.0). 3. Type of Contract to be Awarded. As a result of this synopsis and possible solicitation, the Special Project Operations Center, Intermountain Branch, plans to award a firm fixed price contract. 4. Type of Solicitation. The solicitation, if released, will be governed by Federal Acquisition Regulation Part 15, “Contracting by Negotiation”. 5. Synopsis Posting Period. This synopsis will be posted for 15 days. 6. Contracting Office Points of Contact. Traci Jackson, Contracting Officer, Traci.Jackson@usda.gov. 7. Contract Description. This contract consists of constructing road. Work includes staking (slope, reference, and clearing/grubbing), installing culverts, aggregate and pit run placement. Optional items include road construction, staking, installing culverts, pit run placement and hourly excavator time. 8. Disclosure of Magnitude. The anticipated magnitude for this project is between $500,000 and $1,000,000. 9. Type of Set-aside. Total small business set-aside. 10. Responses. Interested and capable sources are encouraged to respond to this synopsis with a Statement of Capability. In addition to a Statement of Capabilities, firms responding to this announcement should include company name, Unique Entity Identification, point of contact, address, and indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned business, HUBZone small business, small disadvantaged business, or women-owned small business. Responses are due within 15 days of this synopsis and should be submitted to Traci Jackson at Traci.jackson@usda.gov