Land Clearing and Fencing

expired opportunity(Expired)
From: Federal Government(Federal)
12905B19R0022

Basic Details

started - 09 Jul, 2019 (about 4 years ago)

Start Date

09 Jul, 2019 (about 4 years ago)
due - 08 Aug, 2019 (about 4 years ago)

Due Date

08 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
12905B19R0022

Identifier

12905B19R0022
Department of Agriculture

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29610)AGRICULTURAL RESEARCH SERVICE (9125)USDA ARS PWA AAO ACQ/PER PROP (1429)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (9)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a solicitation announcement for the U. S. Department of Agriculture, Agricultural Research Service, USDA ARS PWA, 928 Stainback Highway Hilo, Hawaii 96720.This is a Request for Proposal for construction project, Land Clearing and Ungulate Fence Construction and Repair, USDA ARS PWA, 928 Stainback Highway Hilo, Hawaii 96720. This announcement is a total set-aside for Small Business Concerns. The USDA is seeking a qualified Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the Contract documents, Plans, and Specifications, summary of which is provided below:This project contains Items as listed below:land clearing and site preparation of approximately 4.29 acres, the installation of approximately 2000‘of new ungulate field fencing and the removal, replacement and repair of approximately 8500 ft of existing field fence utilizing the existing fence supports, posts and bracing.Completion Time: 90
calendar days after receipt of the Notice to Proceed. Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course.This construction project is set-aside for Small Business firms (SB). The North American Industry Classification Code (NAICS) for this procurement is 238990, All Other Specialty Trade Contractors and size standard $15 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $100,000 and $250,000. The government intends to award a Firm Fixed Price Contract in August 2019.As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) website (http://www.fbo.gov). No other site shall be used to obtain these documents.All interested offeror's (prime contractors & subcontractors should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the FedBizOpps website. Offeror's are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the System for Award Management database at http://www.sam.gov, shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer, and shall have completed the VETS-4212 report at: http://www.vets4212.dol.gov (if applicable).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 BioPreferred SM Program.Address ALL questions in WRITING to the issuing office via email to Jeffery.ridenour@ars.usda.gov. No telephone inquiries will be accepted.

Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center 64 Nowelo St. Hilo, Hawaii 96720 United StatesLocation

Place Of Performance : Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center 64 Nowelo St.

Country : United States

Classification

238 -- Specialty Trade Contractors/238990 -- All Other Specialty Trade Contractors
naicsCode 238990All Other Specialty Trade Contractors
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY