Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1282B124R0078
2024 LOWER BOOTH RIPRAP 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...
2024 LOWER BOOTH RIPRAP 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 $45.0). 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”. The Government reserves the right to determine another appropriate governing FAR part for regulation of the solicitation. This includes FAR Part 13. 5. Synopsis Posting Period. This synopsis will be posted for 15 days. 6. Contracting Office Points of Contact. Steven Dahlgren, Contract Specialist, steven.dahlgren@usda.gov. 7. Contract Description: The project includes work at the Fort Pierre National Grasslands within the Fort Pierre Ranger District. Work included will be: Excavation and embankment: streambed area repairs below dam and head-cut area repairs; SDDOT Class “B” Riprap that will be furnished, hauled, and placed, along with drainage fabric; furnishing and installation of drainage fabric, SDDOT Type B; seeding and mulching. 8. Disclosure of Magnitude. The anticipated magnitude for this project is between $100,000.00 and $250,000.00. 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 provide proof they are a small business. Responses are due within 15 days of this synopsis and should be submitted to Steven Dahlgren at steven.dahlgren@usda.gov.