Demolish Facility Slab, and Outlying Buildings at Biological Control of Insects Research Laboratory (BCIRL)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Mar 22, 2024 10:56 am EDT
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Apr 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Columbia , MO 65211USA
Description
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a demolition requirement at the Biological Control of Insects Research Laboratory in Columbia, Missouri.
PROJECT SCOPE: This requirement is for the demolition and removal of buildings, slabs, foundations and footings (to 36 inches below grade), and most utilities in their entirety, along with restoration of the impacted areas. All concrete slabs shall be demolished, removed, and the impacted areas restored with select fill and seeding. All utilities shall be capped at ground level and an as-built drawing showing the location of all capped utilities shall be a deliverable of this project. Complete specifications will be provided in the Statement of Work.
SOLICITATION PERIOD: A request for proposal is scheduled to release on or about April 9, 2024. Proposals will be due on or about May 17, 2024.
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 238910; Small Business Size Standard is $19.0 million. Product Service Code (PSC) is P400. 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.
Attachments/Links
Contact Information
Primary Point of Contact
- Joshua J. Dobereiner
- josh.dobereiner@usda.gov
- Phone Number 3094033556
- Fax Number 3096816648