Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2017 FBO #5565
SPECIAL NOTICE

56 -- LOCAL DEMOLITION AT USDA ARS, MILES CITY, MT - RFQ & SECTION A - M

Notice Date
2/15/2017
 
Notice Type
Special Notice
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-P-17-0155
 
Archive Date
3/2/2017
 
Point of Contact
WASHINGTONI NLN,
 
E-Mail Address
washingtoni.NLN@ars.usda.gov
(washingtoni.NLN@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 6; 1 OF 3 POLICY DOCS ATTACHMENT 3 - 5 REQUIRED FORMS ATTACHMENT 2 - WAGE DETERMINATION FOR MILES CITY OF CUSTER COUNTY ATTACHMENT 1 - CONCRETE BIN BASES RFQ INCLUDING SECTIONS A - M The USDA ARS, requires a local Small Business Contractor, who can provide demolition services - removal of two (2) large concrete bin bases at USDA ARS, North Plain Area (NPA), Fort Keogh Livestock & Range Research Laboratory, 243 Fort Keogh Road, Miles City, MT 59301. It is preferably that the Contractor is local within Miles City, MT & near USDA's location, since the concrete will be removed and disposed of at the Fort Keogh Site where truck & site dump are accessible. The North American Industry Classification System (NAICS) Code for this acquisition is 238910 - Site Preparation, and the small business size standard is $15.0M. Estimated price range is under $25K. Site Visit is highly recommended before submitting a quote. Failure on the part of the Contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Please read this RFQ in its entirety including the SECTIONS B, K, L & M and all ATTACHMENTS. Pursuant to the authority of 41 U.S.C. 253(c)(1) and FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements; however, all interested Small Business Contractors are encouraged to provide information on their capabilities to meet this requirement. In order to be considered a potential SB Contractor, interested parties must submit clear and convincing documentation demonstrating the capabilities to satisfy the requirement specified above and advantages of the Government to consider another source. Therefore, this Special Notice is considered as a Request for Quotation (RFQ) and completed Quotes should be submitted, no later than February 22, 2017 @ 10:30AM (PST), by email to: Washingtoni.NLN@ars.usda.gov. The Government intends to issue a Firm-Fixed Price Contract for this requirement and the Award will be made to the responsive & compliant quote that is the Lowest Price Technically Acceptable. However, in the best interest of the Government, the Government reserves the right to award to a firm other than that offering the lowest price. The anticipated award date will be on or about March 1, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1633941010e51acd9bd1c78f4d9c809)
 
Place of Performance
Address: USDA ARS, North Plain Area (NPA), Fort Keogh Livestock & Range Research Laboratory, 243 Fort Keogh Road, Miles City, Montana, 59301, United States
Zip Code: 59301
 
Record
SN04403245-W 20170217/170215234301-e1633941010e51acd9bd1c78f4d9c809 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.