Search Contract Opportunities

Replace Epoxy Floor Coating   4

ID: 12505B22R0011 • Type: Presolicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to Replace Epoxy Floor Coating located at Bowling Green, KY.

PROJECT SCOPE: The contractor shall provide all necessary labor, parts, and materials to Replace Epoxy Floor Coating. The Project generally consists of Base work that requires the removal of existing epoxy floor coatings, along with removal of existing cove base in Lab Rooms 110, 111, 112, 113, 114,115, and 116---all identified in SOW floor plan attachments. The existing epoxy floor coating is failing and will require full removal leaving the concrete ready to receive new welded-seam sheet flooring system with integral base suitable for use in a BSL-2 lab environment, per CDC surfaces requirements. Epoxy removal shall be accomplished by mechanical means and methods as no chemical/solvent methods will be allowed. Note that Storage Room 119 may receive Vinyl Composition Tile (VCT) and rubber cove base--see Option 1 for additional information. Note: Dust mitigation and containment is of the utmost importance for the duration of the Project. The work will also necessitate the moving of existing appliances such as freezers, refrigerators, large gas cylinders, and other lab equipment. An itemized list of the appliances and equipment is included in this SOW, along with representative photos of the room equipment. Note: About half of storage room 119 may be used by the Contractor as a staging area to temporarily house the appliances and equipment. This SOW contains videos of the Lab Rooms and inner spaces, along with the Storage Room.

Magnitude of Construction is between $250,000 and $500,000.

Site visits are tentatively scheduled for Tuesday, Jun 21, 2022 at 10:00AM and 1:00PM CT and Wednesday, Jun 22, 2022 at 10:00 AM and 1:00PM CT. In order to attend the site visit, you MUST pre-register by Jun 20, 2022 at 2:00 PM CT. The same information will be provided at all site visits, so offerors only need to attend one. The maximum attendees allowed at each site visit is ten (10} due COVID restrictions. Additional details, including how to register for the site visit, will be provided in the solicitation. The attached COVI D-19 Certification Vaccination form must be presented upon entry to the site visit. If an attendee is not vaccinated or doesn't want to share that information, then a negative COVID test taken within the previous 3 days must be provided to get onsite.

SOLICITATION PERIOD: A request for proposal is scheduled to release on or about Jun 8, 2022. Proposals will be due on or about Jul 13, 2022.

SOLICITATION PROCEDURES: The acquisition will be issued as a Service Disabled Veteran Owned Small Business set aside, Request for Proposal using the Contract Opportunities on the sam.gov website. The NAICS code for this procurement is 238330; Small Business Size Standard is $16.5 Million. Product Service Code (PSC) is Z2AA.

The anticipated period of performance will be 150 calendar days from Notice To Proceed. It is anticipated that solicitation 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 required.

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 Program.

Overview

Response Deadline
July 13, 2022, 2:00 p.m. EDT Past Due
Posted
May 23, 2022, 3:43 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Bowling Green, KY 42103 USA
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Odds of Award
66%
On 5/23/22 ARS Midwest Area issued Presolicitation 12505B22R0011 for Replace Epoxy Floor Coating due 7/13/22. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 238330 (SBA Size Standard $19 Million) and PSC Z2AA.
Primary Contact
Name
Missy Grice   Profile
Phone
(970) 631-4559

Documents

Posted documents for Presolicitation 12505B22R0011

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 12505B22R0011

Award Notifications

Agency published notification of awards for Presolicitation 12505B22R0011

Contract Awards

Prime contracts awarded through Presolicitation 12505B22R0011

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 12505B22R0011

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 12505B22R0011

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS MWA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12505B
Source Organization Code
500033435
Last Updated
May 23, 2022
Last Updated By
melissa.grice@usda.gov
Archive Date
May 23, 2022