Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOLICITATION NOTICE

Z -- Mortimer Work Center Storm Damage Repairs

Notice Date
6/11/2025 10:04:01 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA FOREST SERVICE ATLANTA GA 30309 USA
 
ZIP Code
30309
 
Solicitation Number
1148734
 
Response Due
7/1/2026 11:00:00 AM
 
Archive Date
07/16/2026
 
Point of Contact
Michelle Reed, Tiffany Atchison
 
E-Mail Address
michelle.r.reed@usda.gov, tiffany.atchison@usda.gov
(michelle.r.reed@usda.gov, tiffany.atchison@usda.gov)
 
Description
GENERAL: The U.S. Forest Service, Department of Agriculture, is soliciting bids on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Bid documents will be available for download and specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Solicitation #: 12445225B0012 Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the USDA are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the time bids are due and at the time of award. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your bid will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about July 7, 2025. Description: The work for this project requires the Contractor to be responsible for supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized as follows: Site re-grading, building repairs and furnishings, overhead garage door repairs, restroom construction, RV parking space construction, electrical and selective demo and disposal. Type of Procurement: This will be a sealed bid in accordance with FAR Part 14. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $250,000 and $500,000. Estimated Period of Performance: 90 calendar days from Notice to Proceed Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents. A pre-proposal meeting may be posted, and date/location will be noted in the solicitation. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Agriculture (USDA) and the U.S. Forest Service (FS) changes. This procurement is a Total Small Business set aside. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 236220 is $45 million. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov. Place of Performance: Mortimer Work Center 8410 Edgemont Rd Collettsville, NC 28611 United States Primary Point of Contact: Michelle Reed Contract Coordinator michelle.r.reed@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/874245564d214a25a7fcc8d0a0ec3109/view)
 
Place of Performance
Address: Collettsville, NC 28611, USA
Zip Code: 28611
Country: USA
 
Record
SN07473749-F 20250613/250611230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.