MODIFICATION
Z -- Upgrade Silos - Solicitation 1
- Notice Date
- 7/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 1232SD18R0028
- Response Due
- 8/9/2018 7:00:00 PM
- Archive Date
- 8/20/2018
- Point of Contact
- Jeffery A. Ridenour, Phone: (309) 363-5914
- E-Mail Address
-
jeffery.ridenour@ars.usda.gov
(jeffery.ridenour@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFI FORM ars372 ars371 Past Performance Capability Information Contractor Certification Regarding EMR Calculation of Self Performed Work Bunker Silo Panels SOW Drawing 18SILOPL Wage Determination NE180080 04-06-2018 NE80 1232SD18R0028 This is a Request for Proposal announcement for the U. S. Department of Agriculture, Agricultural Research Service, Roman L Hruska US Meat Animal Research Center, USDA ARS NPA USMARC, PO Box 166, Clay Center NE 68933. This Request for Proposal is for construction project, Upgrade Silos, USDA ARS NPA USMARC, State Spur 18D, Bldg. 51, Clay Center NE 68933. This announcement is a total set-aside for Small Business Concerns. The USDA is seeking a qualified Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the Contract documents, Plans, and Specifications, summary of which is provided below: This project contains Items as listed below: Contractor shall provide and install a total length of 526 feet of precast concrete L panel bunker silo panels and a total length of concrete 263 feet of precast T panel bunker silo panels. Completion Time: 90 calendar days after receipt of the Notice to Proceed. Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. This construction project is set-aside for Small Business firms (SB). The North American Industry Classification Code (NAICS) for this procurement is 238120, Structural Steel and Precast Concrete Contractors and size standard $15 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $100,000 and $250,000. The government intends to award a Firm Fixed Price Contract in August 2018. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) website ( http://www.fbo.gov ). No other site shall be used to obtain these documents. All interested offeror's (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the FedBizOpps website. Offeror's are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the System for Award Management database at http://www.sam.gov, shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer, and shall have completed the VETS-4212 report at: http://www.vets4212.dol.gov (if applicable). 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. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred SM Program. Address ALL questions in WRITING to the issuing office via email to Jeffery.ridenour@ars.usda.gov. No telephone inquiries will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1f46279690dd75b6d2e11a3a7a0c1d6b)
- Place of Performance
- Address: USDA ARS NPA USMARC, State Spur 18D, Bldg. 51, Clay Center, Nebraska, 68933, United States
- Zip Code: 68933
- Zip Code: 68933
- Record
- SN04982842-W 20180711/180709230740-1f46279690dd75b6d2e11a3a7a0c1d6b (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 |