SOLICITATION NOTICE
Z -- PMC Roofing Replacement, Siding Repair, and Painting - Rose Lake Plant Materials Center
- Notice Date
- 8/24/2020 6:14:13 AM
- Notice Type
- Solicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 12FPC320Q0046
- Response Due
- 8/28/2020 3:00:00 PM
- Archive Date
- 09/12/2020
- Point of Contact
- JAVIER CARRILLO
- E-Mail Address
-
Javier.Carrillo@usda.gov
(Javier.Carrillo@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Department of Agriculture (USDA) Farm Production and Conservation � Acquisition Division is issuig a Request for Quotations (RFQ) in accordance with FAR PART 13 on behalf of the United State Department of Agriculture (USDA) Natural Resource Conservation Services (NRCS) has a requirement for roofing replacement, siding repair, and painting for the Rose Lake Plant Materials Center (PMC) located on 7472 Stoll Road, E. Lansing, Michigan. This procurement is a Total Small Business Set-Aside Acquisition under Solicitation Number 12FPC3200Q0046. The small business size standard is based on the North American Industry Classification System (NAICS) Code 2338160 � Roofing Contractors with a size standard of $16.5 million average annual income. PROJECT DESCRIPTION. ��The replacement of leaky roof systems, the repair/repaint of sheet metal siding. Includes other miscellaneous repairs, such as roof insulation removal and installation, door weatherizing, and painting of two bulk fuel tanks adjacent to building. A firm fixed price construction contract is anticipated under Simplified Acquisition procedures in FAR Part 13 and FAR 36 will apply. An Award will be made to the responsible offeror representing the best value to the government. � � PROJECT DURATION. �60 calendar days after the Notice to Proceed (NTP) is issued. �� SUMMARY. Contractor shall furnish all supervision, labor, materials, tools, equipment, transportation, supplies and travel necessary to provide the required services in accordance with the statement of work, specifications, and terms and conditions of the contract, and other attachments provided. WORK TO BE PERFORMED BY PRIME CONTRACTOR. The contractor shall perform, with its own organization, work equivalent to at least 50 Percent of the value for the work of the contract. ESTIMATE PRICE RANGE. The estimated price range for this project is between $100,000.00 and $250,000.00. BONDING REQUIREMENTS. Alternative Payment Protections. (JUL 2000)� (a) The Contractor shall submit one of the following payment protections: �������� Irrevocable Letter of Credit (ILC) ������� Payment Bond� (b) The amount of the payment protection shall be 100 percent of the contract price. (c) The submission of the payment protection is required within 5 days of contract award. (d) The payment protection shall provide protection for the full contract performance period plus a one-year period. SYSTEM FOR AWARD (SAM) REGISTRATION:� All prospective contractors must register in the System for Award Management (SAM) registration database at www.beta.SAM.gov to be considered for an award of a federal contract.� QUESTIONS OR CLARIFICATIONS. �For further information, contact Javier Carrillo, Contract Specialist at Javier.Carrillo@usda.gov.��� UPDATE AUGUST 24, 2020: Included updated Statement of Work This procurement is a Total Small Business Set-Aside Acquisition under Solicitation Number 12FPC3200Q0046. The small business size standard is based on the North American Industry Classification System (NAICS) Code 2338160 � Roofing Contractors with a size standard of $16.5 million average annual income. PROJECT DESCRIPTION. ��The replacement of leaky roof systems, the repair/repaint of sheet metal siding. Includes other miscellaneous repairs, such as roof insulation removal and installation, door weatherizing, and painting of two bulk fuel tanks adjacent to building. A firm fixed price construction contract is anticipated under Simplified Acquisition procedures in FAR Part 13 and FAR 36 will apply. An Award will be made to the responsible offeror representing the best value to the government. � � PROJECT DURATION. �60 calendar days after the Notice to Proceed (NTP) is issued. �� SUMMARY. Contractor shall furnish all supervision, labor, materials, tools, equipment, transportation, supplies and travel necessary to provide the required services in accordance with the statement of work, specifications, and terms and conditions of the contract, and other attachments provided. WORK TO BE PERFORMED BY PRIME CONTRACTOR. The contractor shall perform, with its own organization, work equivalent to at least 50 Percent of the value for the work of the contract. ESTIMATE PRICE RANGE. The estimated price range for this project is between $100,000.00 and $250,000.00. BONDING REQUIREMENTS. Alternative Payment Protections. (JUL 2000)� (a) The Contractor shall submit one of the following payment protections: �������� Irrevocable Letter of Credit (ILC) ������� Payment Bond� (b) The amount of the payment protection shall be 100 percent of the contract price. (c) The submission of the payment protection is required within 5 days of contract award. (d) The payment protection shall provide protection for the full contract performance period plus a one-year period. SYSTEM FOR AWARD (SAM) REGISTRATION:� All prospective contractors must register in the System for Award Management (SAM) registration database at www.beta.SAM.gov to be considered for an award of a federal contract.� QUESTIONS OR CLARIFICATIONS. �For further information, contact Javier Carrillo, Contract Specialist at Javier.Carrillo@usda.gov. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/906b6f7711a94938be9a45e9baeff2b8/view)
- Place of Performance
- Address: MI, USA
- Country: USA
- Country: USA
- Record
- SN05771069-F 20200826/200824230151 (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 |