Skip to main content

An official website of the United States government

You have 2 new alerts

Texas Army National Guard Demolition Project - Bastrop, Texas

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: May 15, 2024 03:19 pm CDT
  • Original Date Offers Due: Jun 14, 2024 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 15, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: P500 - SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS)
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:

Description

Invitation for Bids (IFB) Set-Aside for Service-Disabled Veteran-Owned Small Business NAICS Code: 238910 - Site Preparation Contractors. The Texas Army National Guard intends to issue an Invitation for Bids to award a single firm fixed-price contract for a non-commercial demolition project. The contractor shall provide all plant, labor, transportation, materials, tools, equipment, appliances, and supervision necessary for the demolition of 11 modular buildings, at the Camp Swift National Guard Training Center in accordance with Attachment 1 - Statement of Work. Performance shall be at 1905 State Highway 95 N, Bastrop, TX 78602. The contract duration will be 45 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Service-Disabled Veteran-Owned Small Business. The North American Industry Classification System (NAICS) Code is 238910, with a small business size standard of $19,000,000. The magnitude of construction is between $100,000 and $250,000. The bid opening date will be on 14 June 2024 at 2:00 p.m. local time in Austin, TX. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration) .In accordance with FAR 36.211(b), the following information is provided: (1) The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. (2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror?s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror?s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Contact Information

Contracting Office Address

  • KO FOR TXARNG DO NOT DELETE PO BOX 5218
  • AUSTIN , TX 78763-5218
  • USA

Primary Point of Contact

Secondary Point of Contact

History