Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2021 SAM #7000
SOLICITATION NOTICE

Z -- Design-Build Miscellaneous Repairs

Notice Date
1/26/2021 9:26:52 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21R0002
 
Archive Date
02/28/2021
 
Point of Contact
Joshua J. Dobereiner, Phone: 3096816410, Fax: 3096816648
 
E-Mail Address
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for two-phase design-build at the USDA Livestock Behavior Research Unit, West Lafayette, IN.� PROJECT SCOPE:� Review existing site conditions and specific equipment that is currently underperforming and/or not meeting user needs or expectation.� Work will involve the pig pen system, water pressure improvements, waste handling system, heating system, and lighting.� The estimated magnitude of construction is $500,000 to $1,000,000. Site visits will be scheduled for the week of March 1, 2021.� The same information will be provided at all site visits, so offerors only need to attend one.� Additional details, including how to register for the site visit, will be provided in the solicitation. SOLICITATION PERIOD: A request for proposal is scheduled to release on or about February 11, 2021.� Proposals for phase 1 will be due on or about March 31, 2021. SOLICITATION PROCEDURES:� The acquisition will be issued as a HUBZone Small Business Set-Aside, Request for Proposal using the Contract Opportunities on the beta.sam.gov website.� The NAICS code for this procurement is 236220; Small Business Size Standard is $39.5 Million. �Product Service Code (PSC) is Z2JZ. �The anticipated period of performance will be 180 calendar days from Notice To Proceed.� A Bid Guarantee, Performance Bond, and Payment Bond will be required.� It is anticipated that award will result in a single award firm-fixed price contract. This is an electronically issued acquisition.� The solicitation will be available at the Contract Opportunities on the beta.sam.gov website.� Offerors are responsible for routinely checking the website for any possible solicitation amendments that may be issued.� All responsible offerors may submit a proposal.� 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.� Electronic proposals submitted via email is preferred. 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� Program.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/93a876d89fe6477eb5f610417f226ddf/view)
 
Place of Performance
Address: West Lafayette, IN 47907, USA
Zip Code: 47907
Country: USA
 
Record
SN05900155-F 20210128/210126230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.