SOLICITATION NOTICE
J -- IRON FIRE BALDWIN/GERBER FENCE CONTRACT
- Notice Date
- 9/11/2025 4:47:09 PM
- Notice Type
- Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- COLORADO STATE OFFICE Lakewood CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140L1725Q0063
- Response Due
- 9/17/2025 4:00:00 PM
- Archive Date
- 10/02/2025
- Point of Contact
- Nguyen, Chau, Phone: 3032393678, Fax: (303) 239-3699
- E-Mail Address
-
cnguyen@blm.gov
(cnguyen@blm.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- BLM-CO IRON FIRE BALDWIN/GERBER FENCE REPLACEMENT Basic Contracting Requirements: 1. Active Registration: www.sam.gov/SAM 2. Invoicing and Payment: www.ipp.gov - 14-day prompt pay after delivery. We can accept and pay progress payments 3. FAR Part 13 - Simplified Acquisition Procedures 4. FAR Part 36 - Construction 5. Davis Bacon Wages for Moffat County 6. Payment Bonding Required- 100% of Awarded Amount 7. Total Small Business Set-Aside for NAICS 238990 - Size Std - $19M 8. Award will be made to the responsible firm whose quote is most advantageous and Best Value to the Government using Price and Other Factors. Vendors are required to submit the following information or will be rated non-responsive: 1. Technical approach to performing the work a. Provide technical narrative of execution plan in the quote package b. Identify planned equipment and construction schedule 2. Past Government Experience a. Describe past experience with government agencies and fencing projects of similar size and scope; please provide references. 3. Past Performance a. The Government may, at its discretion, base past performance on past knowledge and previous experience with the contractor, supply or service being provided, customer survey or other reasonable basis. 4. Price a. Please provide the total price for the project. Technical and Past Performance are significantly more important than price. However, price will be a factor. The Government will evaluate quotes submitted in response to this solicitation in accordance with the factors listed below: 1. Technical Capability/Requirements (Graded as: Exceeds, Meets, Does Not Meet) a. Technical Capability will be assessed based on the proposer's demonstrated experience providing services of similar size and scope. The tailored technical response must include how and when the contractor will provide the necessary labor, supervision, quality control, tools, equipment, and supplies. A generic or boilerplate technical response with no specific details will be graded as ""does not meet"". A proposal that demonstrates the aforementioned capabilities will be graded as Meets or Exceeds. The contractor must demonstrate qualifications and experience of the specific key personnel (supervisor and/or foreman) to provide these services. b. Past Experience that shows more relevancy, recency will be graded higher on the scale. 2. Past Performance (Graded on a confidence scale: Confidence, Neutral Confidence, No Confidence) Government shall utilize information obtained from the Past Performance Information Retrieval System (CPARS), Federal Awardee Performance and Integrity Information System (FAPIIS) when evaluating the offeror's past performance. If sufficient past performance information is not available, vendor may be asked to provide contact information for past performance references. 3. Price Prices will be revealed to the Technical Evaluation Board after other factors are graded. The Government reserves the right to hold discussions. (b) For the purpose of initial evaluation of quotations, the following procedures will be utilized in resolving arithmetic discrepancies found on the face of the schedule as submitted by quoters: (i) In case of discrepancy between unit price and extended price, the unit price will govern; (ii) Obviously misplaced decimal points will be corrected; (iii) Apparent errors in extension of unit prices will be corrected; and (iv) Apparent errors in addition of lump-sum and extended prices will be corrected. (c) The Government reserves the right to award without discussions as well as the right to hold discussions. If discussions are held, they will be held with all quoters if the Government makes a major change in specifications or terms and conditions. Discussions may be conducted with the firm submitting the lowest priced quotation if price only is discussed. Rough Order of Magnitude: Between $25,000 and $100,000 Instructions to Offerors: - Check your SAM registration, this must be current at the time you make your offer. - Please email or call with any questions you have, prior to the closing date, with enough time to research an answer. - Email your signed quote package to: kspetter@blm.gov, with "" 140L1725Q0063 Baldwin/Gerber Fence Replacement"" in the subject line, no later than the closing date. Include your UEI number on your quote. - You may put your prices on the SF-18 form itself. - Include enough description/information in order to determine technical acceptability. - Offers are due September 17, 2025 not later than 17:00 hrs (5:00 PM) Mountain Time (MT). Attachments: Attachment 1 A04 Iron Fire BaldwinGerber Fence_SOW Attachment 2 A06 Baldwin Gerber Fence Spec Attachment 3 A06 Baldwin Gerber Fence Site Attachment 4 A06 Baldwin Gerber Fence Transport Attachment 5 B03 Wage Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e9cc32ed944745b99d03507187779a85/view)
- Record
- SN07587129-F 20250913/250911230048 (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 |