Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2025 SAM #8581
SOLICITATION NOTICE

Z -- Ballasted Roof Replacement

Notice Date
5/23/2025 11:55:19 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA25R0017
 
Response Due
6/11/2025 2:00:00 PM
 
Archive Date
06/26/2025
 
Point of Contact
Joshua J. Dobereiner, Phone: 3094033556
 
E-Mail Address
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace the ballasted roof in the engineering shop at the Dairy Forage Research Center in Madison, Wisconsin. PROJECT SCOPE: The base requirement is to replace the ballasted roofing system of the engineering shop to include roof drains and rings, demolition and removal of existing roof components and roof deck, and substrate preparation. Option 1 is to replace the 5� roof storm line from the roof drains to the foundation slab. Complete specifications and drawings will be provided with the solicitation. Site visits are tentatively scheduled for June 24, 2025 at 1:00 PM CDT and June 25, 2025 at 9:00 AM CDT. The same information will be provided at both site visits, so offerors only need to attend one. Additional details, including how to register for the site visit, will be provided in the solicitation. SOLICITATION PERIOD: A request for proposal is scheduled to release on or about June 13, 2025. Proposals will be due on or about July 14, 2025. SOLICITATION PROCEDURES: The acquisition will be issued as a Service Disabled Veteran Owned Small Business Set-Aside, Request for Proposal using the Contract Opportunities on the sam.gov website. The NAICS code for this procurement is 238160; Small Business Size Standard is $19.0 million. Product Service Code (PSC) is Z2EB. The anticipated period of performance will be 150 calendar days from Notice To Proceed. A Bid Guarantee, Performance Bond, and Payment Bond will be required. It is anticipated that award will result in a single award firm-fixed price contract. The estimated magnitude of construction is between $250,000 and $500,000. This is an electronically issued acquisition. The solicitation will be available at the Contract Opportunities on the sam.gov website. Offerors are responsible for routinely checking the website for any possible solicitation amendments that may be issued. All responsible offerors may submit a proposal. To be eligible for award, offerors must be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration in the SAM at https://www.sam.gov. Electronic proposals submitted via email is preferred. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred� Program.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64dfc6b8149c42d998a5dfff47907924/view)
 
Place of Performance
Address: Madison, WI 53706, USA
Zip Code: 53706
Country: USA
 
Record
SN07454859-F 20250525/250523230043 (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.