Similar Projects
Last Updated | 09/30/2022 07:06 AM |
Project Title | General Construction and Asbestos Abatement (Morris, MN) |
Physical Address | View project details and contacts |
City, State (County) | Morris, MN 56267 (Stevens County) |
Category(s) | Heavy and Highway, Laboratory |
Sub-Category(s) | Laboratory, Site Development |
Contracting Method | Competitive Bids |
Project Status | Contract Award, Request for Qualifications, Construction start expected August 2022 |
Bids Due | View project details and contacts |
Estimated Value | $1,242,225 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | Award Details Contract Award Date: Sep 28, 2022 Contract Award Number: 12505B22C0025 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: J6V4CVPM55F9 Contractor Awarded Name: Greenstone Construction Inc Contractor Awarded Address: Fargo, ND 58103-8727 USA Base and All Options Value (Total Contract Value): $1242225.00 The Agricultural Research Service (ARS) of USDA has a construction and asbestos abatement requirement at the North Central Soil Conservation Research Lab (NCSCRL) located at 803 Iowa Ave, Morris, MN 56267. Solicitation 12505B22R0007 is issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price contract. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 236220, Commercial and Institutional Building Construction. The small business size standard is $39.5 million. Magnitude of Construction is between $250,000 and $500,000. Period of performance is 365 days after receipt of the Notice to Proceed. Bonds: Bid, Payment, and Performance Bonds are required. Site Visit: Organized site visits are scheduled for June 22, 2022 at 9:00 AM - 11:00 AM CDT and June 23, 2022 at 12:00 PM - 2:00 PM CDT. Attendance is limited to 5 people per site visit. The site visit will be held at the project location. The same information will be provided at all site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by 12:00 PM CST on June 21, 2022. Pre-register by emailing danielle.wolz@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for. An email response 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 proposals. Attendance at this site visit is not mandatory for proposal submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions, and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contract Specialist, Danielle Wolz, via email to danielle.wolz@usda.gov. Questions must be submitted no later than 3:00 PM CST on July 1, 2022. 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. Biobased Products: 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. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. AMENDMENT - JULY 29, 2022 The amendment does the following: 1. Provide responses to all requests for information (RFI) received 2. All other terms and conditions remain unchanged. Offers are due 8/3. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |