MODIFICATION
Z -- RANGE BUILDING EXTERIOR REPAIR AND MODNERIZATION - Solicitation 1
- Notice Date
- 8/2/2018
- Notice Type
- Modification/Amendment
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Agricultural Research Service - Western Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 922037
- Response Due
- 9/7/2018 4:30:00 PM
- Archive Date
- 9/28/2018
- Point of Contact
- Robert Risch, Phone: 541-738-4006
- E-Mail Address
-
rob.risch@ars.usda.gov
(rob.risch@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Northside of Range Building ARS 372 ARS-371 Contractor Certification Performed Work Provisions & Clauses Range Door West Side Southwest Corner South Side Northeast Corner North Side East Side SF 1442 Wages SOW This is a solicitation announcement for the U. S. Department of Agriculture, Agricultural Research Service, Northwest Watershed Research Center 800 Park Blvd Plaza IV Suite 105 Boise ID 83712-7716 for a RANGE BUILDING REPAIR/MODERNIZATION construction project at USDA ARS NPA USMARC Reynolds Creek Experimental Watershed Headquarters Compound 20117 Upper Reynolds Creek Road, Murphy, ID 83650. This announcement is a total set-aside for Small Business Concerns. Davis/Bacon Act wages apply to this project. 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 requirements are as listed below: A. Reroof entire building B. Replace fascia boards all around building C. Replace soffits all around building D. Install rain gutters around the north and south side of the building E. Remove vent from roof on south west corner of building F. Remove antenna on roof on west side of building G. Remove speakers and lights from roof on east side of building H. Remove cupolas from room on southwest corner of building 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 236210, Addition, alteration and renovation, general contractors, industrial building and size standard $36.5 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $80,000 and $120,000. The government intends to award a Firm Fixed Price Contract in September 2018. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. 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 rob.risch@ars.usda.gov. No telephone inquiries will be accepted. The site visitation while not mandatory is highly reccommended and is scheduled for 08/09/2018 at 12:00am located at: USDA ARS NPA USMARC Reynolds Creek Experimental Watershed Headquarters Compound 20117 Upper Reynolds Creek Road, Murphy, ID 83650
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/540948ada2bf7800fcfab46cd7ca7906)
- Place of Performance
- Address: USDA ARS PWA USMARC, 20117 Upper Reynolds Creek Road, Murphy, Idaho, 83650, United States
- Zip Code: 83650
- Zip Code: 83650
- Record
- SN05017411-W 20180804/180802231118-540948ada2bf7800fcfab46cd7ca7906 (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 |