Skip to main content

An official website of the United States government

You have 2 new alerts

Wooster Building Demo

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 (Updated)
  • Updated Published Date: Aug 31, 2023 09:27 am EDT
  • Original Published Date: Aug 10, 2023 12:54 pm EDT
  • Updated Date Offers Due: Sep 11, 2023 05:00 pm EDT
  • Original Date Offers Due: Sep 11, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 26, 2023
  • Original Inactive Date: Sep 26, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Wooster , OH 44691
    USA

Description

**The purpose of this amendment is to post a questions and answers continuation page**

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to Demolish 3 Buildings in Wooster, OH.

PROJECT SCOPE:  Base Bid: Demolish the USDA Plant Pathogen Greenhouse in its entirety as indicated in the Statement of Work, Bid Option 01:Demolish the USDA Vector Virus Greenhouse in its entirety as indicated in the Statement of Work, Bid Option 02: Demolish the USDA Insectary in its entirety as indicated in the Statement of Work. Base bid and all bid options shall be in accordance with the Statement of Work and associated documents.

Magnitude of Construction is between $250,000 and $500,000.

Period of Performance is 150 calendar days after receipt of the Notice to Proceed.

A site visit is scheduled for August 22, 2023 at 1:00 PM Eastern Time. The Site Visit will be held at the project location. In order to attend the site visit, you must pre-register by close of business on August 21, 2023. Pre-register by emailing joel.maas@usda.gov with your company name, the name(s) of the representatives who will attend. An email will be sent confirming your registration. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractors responsibility and obligation to fully comply with the terms, conditions, and specifications contained and/or referenced in this document.

SOLICITATION PERIOD:  Proposals will be due on September 11, 2023 by 5:00 PM Eastern Time.  All responses shall be submitted electronically to joel.maas@usda.gov. All questions regarding this solicitation must be submitted in writing to joel.maas@usda.gov no later than August 24, 2023 by 5:00 PM Eastern Time. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned.

SOLICITATION PROCEDURES:  The acquisition will be issued as a HUBZONE 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.

This is an electronically issued acquisition.  The solicitation is 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. Websites are occasionally inaccessible due to 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.  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.

DISCLAIMER: The official contract documents are located on the Government webpage and the Government is not liable for information furnished by any other source.

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 BioPreferredSM Program.

Information concerning the REE policies and procedures regarding the definitization of equitable adjustments for change orders under construction contracts and the time required for definitization of those actions per 15 U.S.C. 644 is available at https://www.ars.usda.gov/afm/apd/acquisitions/.

Contact Information

Contracting Office Address

  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA

Primary Point of Contact

Secondary Point of Contact





History