Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2022 SAM #7412
SPECIAL NOTICE

Z -- 127EAX21Q0076- Los Padres National Forest - Brazil Ranch Improvements - Supplemental Agreement

Notice Date
3/15/2022 6:35:56 AM
 
Notice Type
Special Notice
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
Southwestern Regional Office, Region 3 ALBUQUERQUE NM 87102 USA
 
ZIP Code
87102
 
Solicitation Number
127EAX21Q0076
 
Response Due
3/30/2022 4:00:00 PM
 
Point of Contact
Michelle Bahr, Phone: 9283336278, Fax: 9283335966, Warren Abbott, Phone: 9283336344, Fax: 9283335966
 
E-Mail Address
michelle.l.bahr@usda.gov, warren.abbott@usda.gov
(michelle.l.bahr@usda.gov, warren.abbott@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
USDA Forest Service Special Notice - Supplemental Agreement� Combined Synopsis Solicitation notice: The Government intends award under small business set-aside requirements a firm fixed-price supplemental agreement for unforeseen site conditions on Contract Number 127EAX�21C0061______,� under NAICS _238190_____ for which size standard is _�16.5M__. This announcement constitutes the only solicitation and a written solicitation will not be issued. All clauses and provisions included in this announcement may be accessed at the following website: https://www.acquisition.gov/content/regulations The deadline for capability responses shall be March 30, 2022_@�4:00___ MST (Arizona time), after which the supplemental agreement will be awarded. The work of the supplemental agreement is as follows: Original scope included approximately 450 linear feet of log members to be replaced.� On-site inspection of the facility, post-award, revealed that approximately an additional 450 linear feet of log was damaged and needed replacement.� Replacement of these log members will be required to be accomplished at the same time as the original log repairs, due to the fact that the wall will need to be partially deconstructed to affect these repairs.� Additionally, the chinking/sealing between the logs needs to be repaired at locations beyond just where the log members are being replaced, as described in the initial scope of work.� Replacement of structural columns on the south side of the building were also determined to be required.� Due to the construction method used in the log cabin, once the wall is deconstructed to replace/repair log members, there will be no structural stability, which will require the contractor to place additional, temporary structural support for the building/roof.� During deconstruction of the walls, the roof eves will need to be removed.� It is anticipated that some of these wood members will need to be replaced, as well, when the walls are re-assembled.� Additional concrete required to complete repair of �sinking� corner on the north-east end of the structure.� Sources capable of fully satisfying the requirements stated in the Notice are invited to submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. At a minimum, this information, which must be prepared specifically in response to this notice should, must include: (1) identification of company or organization; (2) an assertion of existing, full capability to meet proposed requirements; (3) business/contracts/marketing office point(s) of contact; (4) notification of business size and /or special status; and (5) any additional information that may be useful to the successful procurement of the requirements, if solicited. These expressions of interest shall adhere to a ten (10)-page submission limit plus web links and any specialized product descriptions. The statement of qualifications should include only information that clearly demonstrates the respondent's capabilities, expertise, and experience to provide the requirements described in this notice. General marketing material should not be included. �It is preferred that companies do not submit proprietary material. However, the Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, which shall be considered by the Contracting Officer. Parties must submit information within ten days of publication of this notice. No materials, statements, and supporting documentation submitted in response to this notice, will be returned to the offeror. Telephone responses and inquiries will not be accepted.� The Contracting Officer may be contacted by email at: michelle.l.bahr@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e920e2bf84548bda1e7beedc0615d3c/view)
 
Place of Performance
Address: Ojai, CA 93023, USA
Zip Code: 93023
Country: USA
 
Record
SN06266933-F 20220317/220315230059 (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.