SINK HOLE REMEDIATION

Agency: AGRICULTURE, DEPARTMENT OF
State: West Virginia
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159141365285800
Posted Date: Aug 8, 2023
Due Date: Sep 23, 2023
Solicitation No: 1232SA23R0009
Source: Members Only
Follow
SINK HOLE REMEDIATION
Active
Contract Opportunity
Notice ID
1232SA23R0009
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS AFM APD
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 08, 2023 05:02 pm EDT
  • Original Response Date: Sep 23, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1DB - MAINTENANCE OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kearneysville , WV 25430
    USA
Description

The USDA, Agricultural Research Service, intends to issue a Request for Proposal (RFP) for Sink Hole Remediation at the Appalachian Fruit Research Station (AFRS), located in Kearneysville, West Virginia.



BACKGROUND: In the past four years, the AFRS has an issue with the development of sink holes. The first one was back in Fiscal Year 2019. Now, the AFRS has another sink hole that has developed near the same location as the previous one in 2019.



REQUIREMENT: The contractor shall provide all labor, tools, material, equipment, and supervision to safely complete removal of approximately 1,000 square feet of rip rap rock, excavate to a depth of approximately 30 feet, and remediate the sinkhole using the “graded filter” method. The actual excavation depths and volumes may vary due to site conditions.



Additionally, a second sink hole has developed in the same area. This sink hole will be brought forth as Option Item I due to funding restrictions.



BASE:



Base Item – Sink Hole No. 1



OPTIONAL ITEM:



Optional Item – Sink Hole No. 2



GENERAL:



The contract performance time is approximately 60 calendar days from the issuance of the Notice to Proceed.



The North American Industry Classification System (NAICS) codes are 236220 – Commercial and Institutional Building Construction, with a size standard of $45 million.



This procurement is being issued as a Total Small Business Set Aside utilizing the negotiated method by issuing a Request for Proposal (RFP).



Evaluation factors consist of the following: Technical Approach, Past Performance, and Price.



The contract will be awarded, based on the Best Value "Trade-off" process, to the firm whose proposal, in the judgment of the Contracting Officer, provides the best combination of technical expertise and price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make the contract award to other than the lowest price offeror, price and other factors considered.



Bid Bonds are required. Performance and Payment Bonds will be required of the successful offeror. It is anticipated that the solicitation documents will be available for viewing and downloading at www.sam.gov, on or about August 23, 2023.



The solicitation and all amendments for the RFP will be posted on www.sam.gov.



A Site Visit will be scheduled. Specific details will be included in the solicitation that is posted.



Proposals are due on or about September 23, 2023, by 12:00 noon, EST., via electronic format. All proposals shall be emailed to angela.wingert@usda.gov. All format requirements outlined in the solicitation shall be followed for electronic submission. All proposals must be received in electronic format by the date and time specified. All responsible sources may submit a proposal which will be considered.



It is the responsibility of the contractor to check www.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror’s inability to access the documents posted at the referenced website. No copies on electronic storage (USBs, DVDs, CDs, etc...) or hard copies will be made available.



If an offeror would like to be listed so that others can see that the offeror is an interested vendor, the offeror must click the “Add Me to Interested Vendors” button in the listing for this solicitation on www.sam.gov


Attachments/Links
Contact Information
Contracting Office Address
  • 5601 SUNNYSIDE AVENUE
  • BELTSVILLE , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 08, 2023 05:02 pm EDTPresolicitation (Original)

Related Document

Aug 26, 2023[Solicitation (Original)] Sink Hole Remediation

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.

Start Free Trial Today >