Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

P -- FY23 OHARNG CJAG Demolition Project

Notice Date
5/25/2023 12:39:11 PM
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
 
ZIP Code
43235-2712
 
Solicitation Number
W91364-23-B-0005
 
Response Due
7/9/2023 9:00:00 AM
 
Point of Contact
Herbert L. Brown, Phone: 6143367465, Bradley Wahl, Phone: (614) 336-7430
 
E-Mail Address
herbert.l.brown24.civ@army.mil, bradley.a.wahl.civ@army.mil
(herbert.l.brown24.civ@army.mil, bradley.a.wahl.civ@army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
The USPFO for Ohio intends to issue an Invitation for Bids to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the demolition of multiple facilities to include hazardous material abatement throughout the Camp James A. Garfield Joint Military Training Center (CJAG); located at 8451 State Route 5 Ravenna, OH. 44266. The base bid will consist of the demolition and debris removal of the buildings at the following sites in Area 3: BA400 BA401 BA402 BA403 BA404 BA405 BA406 BB407 BB409 BB410 BB413 In addition to the base items listed above their will 6 additional option locations. Option# 1: Demolition of TT Barracks Building AB157 Option# 2: Demolition of Controlled Humidity Warehouse Building 838 Option# 3: Demolition of Controlled Humidity Warehouse Building 854 Option# 4: Demolition of Controlled Humidity Warehouse Building 853 Option# 5: Demolition of Controlled Humidity Warehouse Building 852 Option# 6: Demolition of Controlled Humidity Warehouse Building 851 The contract duration will be 365 days after the notice to proceed. This project will be a 100% Service-Disabled Veteran Owned Small Business Set-Aside. The American Industry Classification (NAICS) Code is 238910 � Site Preparation Contractors. The size standard is $19,000,000.00. The magnitude of construction is between $1,000,000 and $5,000,000. Your attention is directed to FAR Clause 52.219-14(e)(3) (DEVIATION 2019-O0003), LIMITATIONS ON SUBCONTRACTING, which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract in the case of a contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded�. The tentative date for issuing the solicitation is on-or-about 01 July 2023. The tentative date for the pre-bid conference is on-or-about 14 July 2023, 9:00AM local time, location will be in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements will be shown in the solicitation. A site visit will follow the pre-bid conference. The bid opening date is scheduled for on-or about 01 August 2023. Actual dates and times will be identified in the solicitation. �Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3654efe652449e2a583d1d08dc0cc6f/view)
 
Place of Performance
Address: Ravenna, OH 44266, USA
Zip Code: 44266
Country: USA
 
Record
SN06694362-F 20230527/230525230111 (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  © 1994-2020, Loren Data Corp.