Weber Basin Job Corps Center Floor Replacement
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: Aug 05, 2022 11:48 am EDT
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Oct 01, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2CZ - REPAIR OR ALTERATION OF OTHER EDUCATIONAL BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Ogden , UT 84405USA
Description
GENERAL:
The U.S. Forest Service, Department of Agriculture, is soliciting proposals on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Proposal documents will be available for download and Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available.
Solicitation #: 1282A722R0019
Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents.
Prospective offerors desiring to conduct business with the USDA are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals and at the time of award.
This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
Proposed Solicitation Issue Date: Estimated on/about Aug 22nd, 2022.
Description:
Work for this project requires the Contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows:
Building 31, Education Flooring.
Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT). The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency.
GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000.
Estimated Period of Performance: 75 calendar days from Notice to Proceed
Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents
A pre-proposal meeting may be posted, and date/location will be noted in the solicitation.
This project is subject to the Davis-Bacon Act. Bonds will be required as follows:
Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds.
Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Agriculture (USDA) and the U.S. Forest Service (FS) changes.
This procurement is a Total Small Business set aside set aside. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 236220 is $39.5 million.
All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov.
Place of Performance:
Weber Basin Job Corps Civilian Conservation Center
7400 Cornia Drive
Ogden, UT 84405
United States
Primary Point of Contact:
Christopher Keck,
Contract Specialist
Christopher.keck@usda.gov
Attachments/Links
Contact Information
Contracting Office Address
- JOB CORP PROCUREMENT&PROPERTY SERVICES 1617 COLE BLVD
- LAKEWOOD , CO 80401
- USA
Primary Point of Contact
- Christopher Keck
- christopher.keck@usda.gov
Secondary Point of Contact
History
- Oct 01, 2022 11:56 pm EDTPresolicitation (Original)
- Aug 23, 2022 03:43 pm EDTSolicitation (Original)