SOLICITATION NOTICE
Z -- VA-FWS BMGR ASSEMBLE/INSTALL PREFAB METAL BLDG
- Notice Date
- 2/7/2024 1:25:41 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FWS, CONSTRUCTION A/E TEAM 1 Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FC124R0029
- Response Due
- 2/28/2024 2:00:00 PM
- Archive Date
- 03/14/2024
- Point of Contact
- Johnson, Nicole, Phone: 5715473470
- E-Mail Address
-
nicole_c_johnson@fws.gov
(nicole_c_johnson@fws.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- VA-FWS DIV OF RFG LE-BMGR ASSEMBLE/INSTALL PREFAB METAL BUILDING & CONCRETE PAD DESCRIPTION: The USFWS Barry M Goldwater (BMGR) Refuge, has a requirement for a prefabricated metal building to be installed on the Luke Airforce Base - BMGR Airforce Auxiliary Airfield (Gila Bend, AZ). The General Contractor will coordinate and complete Assembly and Installation of prefabricated metal building, to include site preparation, grading for drainage, concrete pad, and extensions to specified sizes, electrical, building permits (as applicable) and meet applicable codes for Maricopa County, AZ. The anticipated performance period is for 6 months from the notice to proceed. This Request for Proposal (RFP) is a TOTAL SMALL BUSINESS SET ASIDE. This solicitation is conducted under FAR Part 13 - Simplified Acquisition Procedures and will result in the award of (1) Firm Fixed-Price Construction Purchase Order in accordance with the provisions and clauses attached. Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000 requires both Payment and Performance Bonds. Project Magnitude: Between $25,000 and $100,000. INSTRUCTIONS: All responsible small business sources may submit a proposal, which shall be considered by the agency. The basis of award is the Best Value. The basis of award will be the best value to the Government considering technical capabilities, relevant experience/past performance, and price. The Government may award to other than the lowest price, or other than the highest technically rated. Award will be made to a responsible source pursuant to FAR subpart 9.1. The government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. *Please read the entire RFP and all attachments prior to submitting bid. For a proposal to be considered responsive, the offeror shall submit the information listed in Section L. Failure to submit all of the required information prior to the closing of the solicitation (see Block 8 of the SF 1442) may result in the Proposal not being considered for award. System for Award Management (SAM) Registration: A prospective awardee shall be registered in the SAM database prior to award. Information on registration may be obtained via the Internet at https://sam.gov/content/entity-registration QUOTE SUBMISSION: Proposals (including all required documents) must be submitted via e-mail to nicole_c_johnson@fws.gov, no later than Wednesday, February 28, 2024, 5:00 pm EST. Please indicate the following in the subject line: Proposal Submission-140FC124R0029. QUESTION SUBMISSION: To maintain a better log of inquiries and questions and to provide more detailed and faster responses, all questions shall be in writing via email (NO PHONE INQUIRIES). Questions may be emailed to nicole_c_johnson@fws.gov. Inquiries received within 72 hours of the closing date may not receive a response. If necessary, questions received will be answered through an Amendment to this Solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/101fff484fdf4d14bd1a271a38f4081b/view)
- Record
- SN06958073-F 20240209/240207230047 (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 |