Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:GSA_47PJ0020C_Dunseith_Presolicitation
This is a presolicitation notice for the General Services Administration, Public Buildings Service - Region 8 Mountain Plains Service Center. This is not a solicitation announcement, and there is no r...
This is a presolicitation notice for the General Services Administration, Public Buildings Service - Region 8 Mountain Plains Service Center. This is not a solicitation announcement, and there is no request for proposal or related documents. This synopsis is exclusively to publicize information about a project opportunity for construction services required to relocate a trailer at the Dunseith Land Port of Entry. Summary of Anticipated Scope: The scope of work is anticipated to require construction services to relocate a trailer for the Animal Plant Health Inspection Services (APHIS) at the Dunseith Land Port of Entry. The general objective of the project is to relocate the existing trailer from the east side of Highway 281 to the west side of the Highway. APHIS has also requested an inspection platform be constructed at the new location on the west side of Highway 281 to the length of a semitrailer (approximately 50'). Construction services may require multiple types of activities and knowledge in areas such as earthwork, excavation, concrete, site preparation, plumbing, electrical, mechanical, and paving. Contractor is responsible for trailer relocation and repair of any resultant damages that occur to the structure in the move process. Contractor will be required to provide utility hookups for plumbing, electrical, and mechanical. A parking area is anticipated to be constructed on the west side of Highway 281 for APHIS staff. Anticipated Dates for Procurement of Project: Post Presolicitation Notice: 07/02/2020 Release of Solicitation: 07/18/2020 Award: Late- August 2020 Substantial Completion: November 2020 - December 2020 The above dates are for informational and planning purposes only and may be subject to change. The most important aspect of the schedule is to make sure construction activities that are dependent on weather conditions and seasonal conditions are completed in the short window in North Dakota. The primary activities that may require completion prior to the ground freezing include any excavation/earthwork and concrete curing. Contract Type: The anticipated type of contract is a firm-fixed price type contract. Set-Aside: The Government intends to set-aside this requirement as a Total Small Business Set-Aside. NAICS: The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39.5 million. Subcontracting: In accordance with FAR 52.219-14, contractors must perform at least 15 percent of the cost of the contract. Bonding: Performance and payment bonds may be required if the construction contract exceeds $150,000 (see FAR subpart 28.102-1(a)). Estimated Magnitude of Construction: The Government estimates the magnitude of construction to be between $250,000 and $500,000 for the construction services. Method of Evaluation: The Government plans to evaluate proposals in accordance with FAR Part 15. Factors that may be evaluated include past performance, relevant experience, and schedule. Selection will be made based on the proposal that represents the best value to the Government. The Government may use a tradeoff process to make award to other than the lowest price proposal. The Government reserves the right to establish a competitive range in interest of efficiency. Generally, a competitive range consists of those proposals that have a reasonable chance for selection of award. The competitive range may also exclude highly rated proposals that may otherwise be included in the competitive range if it is necessary to achieve efficiency in competition among the most highly rated proposals. The Government reserves the right to establish a competitive range of one if it is clear from the initial evaluation process which proposal represents the best value to the Government. In the Government's evaluation of proposals, the non-price factors, when combined, are approximately equal in importance to price. Analysis of pricing for submitted proposals may utilize any reasonable techniques available to determine the price is both fair and reasonable. For instance, any of the proposed techniques in FAR subpart 15.404-1 may be used to analyze pricing. The Government reserves the right to evaluate the price realism of any selected successful offeror prior to award of a contract. The Government may request subcontractor quotes to support any lump sum prices in the price proposal. The details of the method of evaluation are subject to change based on planning decisions, and interested contractors should reference the solicitation after it has been posted to Contract Opportunities through the System for Award Management. Document Availability: The solicitation will be available for electronic download from Contract Opportunities domain located at the web address beta.sam.gov. Information that includes sensitive but unclassified (SBU) building information will only be available upon request from interested offerors. All SBU information must be managed in accordance with the appropriate encryption and security protocols. Other Information: If a solicitation is released for the need described above, then all interested firms must be registered in the Government's System for Award Management (SAM) to be eligible to submit an offer.