SOURCES SOUGHT
P -- OHARNG FY24 CJAG Demo Project
- Notice Date
- 8/20/2024 12:34:13 PM
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
- ZIP Code
- 43235-2712
- Solicitation Number
- W91364-24-B-0001
- Response Due
- 9/12/2024 9:00:00 AM
- Archive Date
- 09/27/2024
- Point of Contact
- Herbert L. Brown, Phone: 6143367465, Bradley A. Wahl, Phone: 6143367175
- E-Mail Address
-
herbert.l.brown24.civ@army.mil, bradley.a.wahl.civ@mail.mil
(herbert.l.brown24.civ@army.mil, bradley.a.wahl.civ@mail.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- The Ohio National Guard 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 8: Buildings 63850, 63836 and 63837 Paris Windham Road Scale House, including scale and 750 sqft. concrete slab (Building 00855) In addition to the base items listed above their will be 6 additional option locations Option# 1: Main Post Sewage Treatment (3 buildings: SD21K, DM055, SD021). Option# 2: Sand Creek Sewage Treatment (3 buildings: SD01, SD01A, SD01L). Option# 3:� Group E Buildings (GE001, GE002, GE003) and Area 1 Igloo (Building# B0002) Option# 4:� Area 8 Building 71848 Option# 5:� Area 8 Building 71849 Option# 6: Access Control Building T2502 The contract duration will be 365 days from the Notice to Proceed. This Project will be a 100% Service-Disabled Veteran Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 238910, with a small business size standard of $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)(1) (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 Service (except Construction) , it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and�supplies, the 50 percent limitation�shall�apply only to the service portion of the contract. The tentative date for issuing the solicitation is on-or-about 1 July 2024. The tentative date for the pre-bid conference is on-or-about 11 July 2024, at 9:00 am. local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by 18 July 2024 via email to herbert.l.brown24.civ@army.mil. The bid opening is tentatively scheduled to open on 1 August 2024. Actual dates will be identified in the solicitation. The solicitation closing date is tentatively planned for on-or-about August 30, 2024. 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). 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 for 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/d75f723c3cf34eb1a54dfa6b189aa862/view)
- Place of Performance
- Address: Ravenna, OH 44266, USA
- Zip Code: 44266
- Country: USA
- Zip Code: 44266
- Record
- SN07178794-F 20240822/240820230128 (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 |