Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1282MK19R0003
Amendment 2 is attached and includes UPDATED Questions and Answers. Amendment 1 is attached and includes Pre-Bid Questions and Answers, Attendees, and Updated Attachment 1 and 2. PROJECT SCOPE: This U...
Amendment 2 is attached and includes UPDATED Questions and Answers. Amendment 1 is attached and includes Pre-Bid Questions and Answers, Attendees, and Updated Attachment 1 and 2. PROJECT SCOPE: This USDA Forest Service is planning to construct a new fully functional 4,600 square foot storage/office building at the Delta Administrative Site, 1560 H 50 Road, Delta, Colorado 81416. In addition there will be a Bid Item to remove and dispose of seven existing buildings. Complete specifications and a Statement of Work will be provided with the solicitation. SOLICITATION PERIOD: A request for proposal is scheduled to be released on or before July 15, 2019. Proposals will be due approximately August 9, 2019. SOLICITATION PROCEDURES: The acquisition will be issued as a Total Small Business Set-Aside, Request for Proposal through the Federal Business Opportunities (www.fbo.gov) website in accordance with FAR 5.204. It is anticipated that award will result in a single award firm-fixed price contract. Solicitation 1282MK19R0003 will be issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price contract. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Attachments and Amendments) for the solicitation. No paper solicitation will be available and there will be no cost for the solicitation documents. NOTICE OF SET-ASIDE FOR SMALL BUSINESS CONCERNS: This requirement is a Total Small Business Set Aside. THE ASSOCIATED NAICS CODE is 236210, Industrial Building Construction. The small business size standard is $36.5 million. MAGNITUDE OF CONSTRUCTION is between $500,000 and $1,000,000. PERIOD OF PERFORMANCE is 180 days after receipt of the Notice to Proceed. BONDS: Bid, Payment, and Performance Bonds are required. SITE VISIT: An organized site visit is planned on July 17, 2019 at 10:00 a.m. Mountain Time. The site visit will be held at the project location. In order to attend the site visit, you must pre-register by 1:00 p.m. Mountain Time on July 16, 2019. Pre-register by emailing peggy.dobie@usda.gov with your company name, and the name(s) of the representatives who will attend. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions, and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Peggy Dobie, via email to peggy.dobie@usda.gov. Questions must be submitted no later than 1:00 p.m. Mountain Time on July 24, 2019. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned. BIOBASED PRODUCTS: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. To be eligible for award, offerors must be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration in the SAM at https://www.sam.gov. SAM is a free service. Electronic proposals submitted via email is preferred. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. 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 closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.