Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
MODIFICATION

Z -- GRO Multiple Building Roof Replacement

Notice Date
1/17/2025 10:24:03 AM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USDA FOREST SERVICE-SPOC EAST Washington DC 202500001 USA
 
ZIP Code
202500001
 
Solicitation Number
12441925R0003
 
Response Due
2/17/2025 9:00:00 AM
 
Archive Date
03/04/2025
 
Point of Contact
Joe Libbey, Ian Barnes
 
E-Mail Address
joe.libbey@usda.gov, Ian.Barnes@usda.gov
(joe.libbey@usda.gov, Ian.Barnes@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Request for Proposal (RFP) is a total small business set-aside in accordance with FAR Clause FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020). Work for this project requires the Contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: 1. Building 1 Administration Roof. 2. Building 4 Raider Dorm Roof and Ceiling. 3. Building 7 Shirley Dorm Roof and Ceiling. 4. Building 11-Ramger Office Roof. The Government will award a single contract, resulting from this solicitation to the responsible Offeror, whose proposal conforms to the solicitation, and will be the best value, using Lowest Priced Technically Acceptable (LPTA) source selection process. A site visit is available in accordance with FAR Clause 52.236-27 Site Visit (Construction) Alternate I (Feb 1995) refer to the attached RFP for detaisl. A Bid Guarantee is required in accordance with FAR Clause FAR 52.228-1 Bid Guarantee (SEP 1996). Performance and Payment Bonds are required in accordance with FAR Clause FAR 52.228-15 - Performance and Payment Bonds -- Construction (JUN 2020) (DEVIATION MAY 2023). The Government will award a single contract, resulting from this solicitation to the responsible Offeror, whose proposal conforms to the solicitation, and will be the best value, using Lowest Priced Technically Acceptable (LPTA) source selection process.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/821384f096724e119c59eaa424e0dd74/view)
 
Place of Performance
Address: Mammoth Cave, KY 42259, USA
Zip Code: 42259
Country: USA
 
Record
SN07316311-F 20250119/250117230059 (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.