Federal Bid

Last Updated on 01 Feb 2017 at 9 AM
Combined Synopsis/Solicitation
Nursery Texas

HM - Chittenden Extractory Renovation

Solicitation ID AG-569R-S-17-0005
Posted Date 20 Dec 2016 at 2 PM
Archive Date 01 Feb 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Forest Service
Agency Department Of Agriculture
Location Nursery Texas United states
THIS SOLICITATION IS AMENDED TO ADD ATTACHMENT E - MAINFLOOR KITCHEN LAYOUT/SKETCH AND TO NOTE THAT THE FOREST SERVICE CLASSIFIES THIS BUILDING AS RESIDENTIAL.  AS SUCH, ALL CODE LEGAL WIRING METHODS FOR THAT BUILDING CATEGORY WILL BE PERMITTED.

The Lake States Acquisition Team is announcing an opportunity to bid on a construction project for Renovation of the Chittenden Extractory Building on the Huron-Manistee National Forest in Wellston, Michigan. This acquisition is advertised as a total small business set-aside using Simplified Acquisition Procedures. Per FAR SubPart 5.202(a)(13) a pre-solicitation is not required.


In accordance with FAR Part 36.204(b), the estimated magnitude of construction is between $100,000 and $150,000. The applicable North American Industry Classification System (NAICS) Code is 238990. The Small Business Administration size standard is $15 million.

Contractors are required to be actively registered with the System for Award Management (SAM) database and completed their online representations and certifications.

Bacon-Davis wage rates will apply to this contract. Payment protection is required on bids exceeding $35,000.

No reimbursement will be made for any costs associated with providing information in response to this solicitation, amendments, or any follow up information requests. No hard copies of the solicitation, supporting documents and applicable amendments, if any, will be provided. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the FedBizOpps website.

Project dates are scheduled for March 2017 and the contract is estimated to require approximately 60 days for completion. Completion date will be no later than June 01, 2017.

The scope of work includes, but is not limited to, replacing windows, doors, siding, flooring, drywall, and kitchen and bathroom groups; insulating the walls and attic; addition of electrical outlets, and installation of 3 new bathrooms, kitchen, and a whole building HVAC system on a historic building, and other work designated under provisions of this contract necessary to complete the entire project per specifications included and in the established timeframe. Note: Existing siding to be removed contains lead based paint.

The contract includes a total of 12 bid items. (See Section B for a breakdown of items)

All invoices must be submitted via the electronic Invoice Processing Platform (IPP). This is a mandatory requirement initiated by the U.S. Department of Treasury. For more information see website https://www.ipp.gov/index.htm. Please make sure that your company has registered for an account at https://www.ipp.gov/vendors/enrollment-vendors.htm.

Offers may be e-mailed to [email protected] SUBJ: AG-569R-S-17-0005 or mailed to the address in Block 8 of the SF-1442 form by 4:30 pm EST on January 9, 2017. No fax bids will be accepted.

A pre-bid meeting will not be held but a site visit is encouraged and should be scheduled by contacting Jim Strezishar at 231-878-4442.

Contractors must complete and return:
1) SF-1442 Form
2) Section B
3) Section K
4) Experience Questionnaire or equivalent information.

Contracting Officers Representative for this contract is: Jim Strezishar at 231-878-4442 or [email protected]

Bid Protests Not Available