Demolish Three Buildings at Ohio State University (Thorne Complex)
Agency: | AGRICULTURE, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159228192653418 |
Posted Date: | Jun 21, 2023 |
Due Date: | Jul 7, 2023 |
Solicitation No: | 12505B23R0012 |
Source: | https://sam.gov/opp/30b06c5d55... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jun 21, 2023 04:12 pm EDT
- Original Response Date: Jul 07, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 22, 2023
-
Initiative:
- None
- Original Set Aside: 8(a) Set-Aside (FAR 19.8)
- Product Service Code: P400 - SALVAGE- DEMOLITION OF BUILDINGS
-
NAICS Code:
- 238910 - Site Preparation Contractors
-
Place of Performance:
Wooster , OH 44691USA
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace Demolish Three Buildings at Ohio State University (Thorne Complex) in Wooster, Ohio.
PROJECT SCOPE: Demolish three buildings at Ohio State University (Thorn Complex) in their entirety in accordance with the Statement of Work. Complete specifications and drawings will be provided with the solicitation.
Site visits are tentatively scheduled for July 18, 2023 at 1:00 PM Eastern and July 19, 2023 at 1:00 PM Eastern. The same information will be provided at both site visits, so offerors only need to attend one. Additional details, including how to register for the site visit, will be provided in the solicitation.
SOLICITATION PERIOD: A request for proposal is scheduled to release on or about July 10, 2023. Proposals will be due on or about August 10, 2023.
SOLICITATION PROCEDURES: The acquisition will be issued as a 8(a) 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 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 BioPreferredSM Program.
- 1815 N UNIVERSITY STREET
- PEORIA , IL 61604
- USA
- Joel Maas
- joel.maas@usda.gov
- Jun 21, 2023 04:12 pm EDTPresolicitation (Original)
- Jun 09, 2023 03:31 pm EDT Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.