Skip to main content

An official website of the United States government

You have 2 new alerts

Storm Drain Lining at Federal Courthouse in Fargo, North Dakota

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: Feb 02, 2022 09:44 am CST
  • Original Date Offers Due: Feb 24, 2022 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 11, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Fargo , ND 58102
    USA

Description

SOLICITATION NUMBER: 47PJ0022R0030

PROJECT TITLE: Storm Drain Lining at Federal Courthouse

DESCRIPTION OF PROPOSED WORK: The Fargo Federal Building and Court House has interior storm drain leaks. The building storm drains are located inside the exterior walls. The leaks cause damage to interior finishes during heavy precipitation. The intent of this project is to repair (5) storm drains using non-invasive methods to line the pipe. The original storm drain system was replaced with PVC from the first-floor ceiling to the basement. The remaining storm drain piping that requires lining is galvanized iron pipe, concealed within existing clay wall tile from the roof ledge to the ceiling of the first floor approximately (40) feet below. The existing drains are 4” in diameter with two 45-degree offsets from the roof ledge to the interior wall chase. The roof has a stone railing parapet near the roof drain around the perimeter of the building. This is a historic building, and all exterior surfaces will be protected from damage. Work will need to be performed during normal business hours. Roof Access is via roof hatch requiring traversing between building additions, and larger items may require a boom lift to position. In dividual protective equipment to include fall protection is required.

MAGNITUDE OF CONSTRUCTION: Between $25,000 and $100,000.

NAICS CODE AND DESCRIPTION: 237110, Water and Sewer Line and Related Structures Construction

SMALL BUSINESS SIZE STANDARD: $39.5 million

TYPE OF SET-ASIDE:  This procurement is set aside for award to all small businesses. Offers from other than small businesses including large business will not be considered.

LOCATION OF THE WORK: Fargo, Cass, North Dakota

TENTATIVE DATES:

Proposals Due: 4 p.m. CST on 2/24/2022

Period of Contract Performance: 100 calendar days after notice to proceed

PROCEDURES FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) whose proposal(s) conforming to the Solicitation will be most advantageous to the Government, Price and other factors considered. The Government intends to award without discussions but reserves the right to do so.

PLAN AVAILABILITY: The solicitation will be available for electronic download at no charge from the System for Award Management website at sam.gov under “Contract Opportunities”.

FEE FOR SOLICITATION DOCUMENTS: Solicitation documents are available at no charge.

AMENDMENTS TO SOLICITATION: It is the offeror's responsibility to monitor the GPE site at sam.gov for the release of any amendments.

AWARD RESTRICTIONS: This procurement is offered for competition limited to eligible small business concerns.

SITE VISIT: Site visits are available by appointment only. To schedule a site visit after the release of solicitation, interested parties should contact David Busching by email at david.busching@gsa.gov or by telephone at (701) 566-6125

BONDING: The payment protection requirements in FAR 28.102-1(b) apply to contracts greater than $35,000, but not greater than the $150,000; the penal amount of the payment bond or the amount of alternative payment protection must equal-100 percent of the original contract price and, if the contract price increases, an additional amount equal to 100 percent of the increase.

SECURITY: Before employees are allowed to work on this project site, all personnel are required to pass a security check. Forms will be provided to the successful offeror after award.

IMMIGRATION CONSIDERATIONS: In addition to the previously mentioned security check, any foreign national employed to work on this site will be required to provide a document authorizing him/her to work in the United States such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization.

BUY AMERICAN ACT / TRADE AGREEMENTS: This procurement is subject to the requirements of the Buy American Act. Per Federal Acquisition Regulation (FAR) 25.401(a)(1), trade agreements (such as NAFTA) do not apply to acquisitions set aside for small businesses. Accordingly, any offeror proposing the use of foreign construction material, other than those articles listed in FAR 25.104, must request an exception to the Buy American Act as described in FAR Part 25.2. Such an exception must then be approved by the Government before the requested material may be used in this construction project.

ELIGIBLE OFFERORS: All responsible small business firms may submit a proposal which shall be considered by the agency.

All prospective offerors are also required to use the System for Award Management (SAM) in federal solicitations as a part of the proposal submission. You may access SAM via the following URL, www.sam.gov.

Contact Information

Contracting Office Address

  • R8 ACQUISITION MANAGEMENT DIVISION 1 DENVER FEDERAL CENTER
  • LAKEWOOD , CO 80225
  • USA

Primary Point of Contact

Secondary Point of Contact





History