MODIFICATION
Z -- USNA Herb Garden Brick Paver Replacement
- Notice Date
- 8/14/2024 9:11:39 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12305B24R0034S
- Response Due
- 9/13/2024 2:00:00 PM
- Archive Date
- 09/28/2024
- Point of Contact
- Dilynn Rogers, Phone: 3015043691
- E-Mail Address
-
dilynn.rogers@usda.gov
(dilynn.rogers@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), United States National Arboretum (USNA), in Washington D.C., has a requirement to replace brick pavers underneath and near two vine covered arbors flanking either side of the Knot Garden as defined by the Plans and Specifications. This project focuses on the paving underneath and around two existing wood framed arbors. The existing brick pavers have shifted and become misaligned as a result of improper edge restraint compounded by the encroachment of roots from vines covering the arbors. The USNA staff will remove the existing vines from the arbors completely prior to construction activity. The scope of work for this project involves the removal of the existing brick pavers (clean whole units which are to be turned over to USNA), the excavation for base installation and the providing of the new brick pavers at the two arbors. Associated root barrier installation and edge restraint is also included in this project. The approximate area for replacement is an estimated 1,880 square feet. The Herb Garden will be open during the life of the construction project with the areas of construction barricaded from visitor activity. The adjacent Rose Garden will remain open and accessible to the Arboretum's visitors. The work to be done consists of furnishing all labor, materials, and equipment and performing all work in strict accordance with these specifications for the replacement of brick pavers in the Herb Garden at the United States National Arboretum in Washington, DC. Solicitation�12305B24R0034�will be issued as a Request for Proposals (RFP).� The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price contract.� Interested vendors should reference the solicitation documents for all terms and conditions.� All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation.� No paper solicitation will be available.� This will be evaluated using Lowest Price Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M.� Award will be Firm Fixed Price (FFP). Notice of Set-Aside for Small Business Concerns:� This requirement is a Total Small Business Set Aside. The associated NAICS Code is 236220, Commercial and Institutional Building Construction. The small business size standard is $45 million. IAW FAR 36.204, the magnitude of this project is between $500,000 and $1,000,000. The anticipated period of performance will be 180 calendar days from Notice to Proceed. Bonds:� If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections.� Awards exceeding $150,000 require both Payment and Performance Bonds.� See solicitation details regarding a Bid Bond, which will be required. Site Visit:� An organized site visit will be conducted on Tuesday July 30th at 10:00AM and Wednesday July 31st at 1:00PM Eastern Time. The same information will be provided at both site visits, so offerors only need to attend one.� The site visit will be held at the project location; offerors will meet at the flagpole located in the drive circle of the Administration Bldg./Visitor Center at the scheduled time. Free parking is available in the R-Street Parking Lot adjacent to the Admin Bldg. Visit led by Daniel Jewett 202-341-0917.� In order to attend the site visit, you MUST pre-register by 2:00 PM ET on July 29th, 2024.��Pre-register by emailing dilynn.rogers@usda.gov with your company name and the name(s) of the representatives who will attend.� Attendees must bring a Government issued photo ID (Real ID, Passport) that is current and valid. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers.� Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Specialist, Dilynn Rogers, via email to dilynn.rogers@usda.gov.� Questions must be submitted no later than 2:00 PM EDT on Friday August 2nd, 2024.� Answers to all questions received by that time will be posted as an amendment to the solicitation.� No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer.� Telephone requests for information will not be accepted or returned. Biobased Products:� 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.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab4b068ae9ca491ea62df2674e074a97/view)
- Place of Performance
- Address: DC 20002, USA
- Zip Code: 20002
- Country: USA
- Zip Code: 20002
- Record
- SN07169512-F 20240816/240814230109 (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 |