Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2025 SAM #8604
SOLICITATION NOTICE

Z -- Savannah River Site- Facilities IDIQ

Notice Date
6/15/2025 6:22:25 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA-FS, CSA EAST 12 Atlanta GA 303092449 USA
 
ZIP Code
303092449
 
Solicitation Number
1147917(A)
 
Response Due
6/30/2025 2:00:00 PM
 
Archive Date
07/15/2025
 
Point of Contact
Keisha Robinson, Penny Zortman
 
E-Mail Address
keisha.robinson@usda.gov, penny.zortman@usda.gov
(keisha.robinson@usda.gov, penny.zortman@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-solicitation Notice: Savannah River Site Facilities IDIQ FY 26 � FY30 12445225R0036 Date: June 15, 2025 Contracting Office: USDA Forest Service, Procurement and Property Services, E-12 1720 Peachtree Road NW, Suite 876S, Atlanta, GA 30309 Primary NAICS Code: 236220 Other NAICS codes that may be applicable include: 237110, 237990, 238210, and 238220. PSC Code: Z2AA Proposed Solicitation Number: 12445225R0036 Pre-solicitation Notice Closing Date: June 30, 2025 Competition: 100% Total Small Business Set Aside Requirement Description: Contractor(s) shall provide all personnel, equipment, transportation, supervision, supplies and support equipment (vehicles), and incidentals to perform construction tasks in accordance with the terms, specifications, conditions, and provisions of the solicitation, the contract, subsequent task orders, laws, rules, and regulations. Task orders may require any combination of tasks associated with the maintenance or construction necessary to maintain facilities in a functioning condition, providing safe public access, protecting the transportation facility investment and the adjacent environmental resources. Work is generally confined within the limits of the facilities or recreational site areas as described in each TO. Construction Activities: The following list indicates various work projects and tasks that the Forest Service is intending to issue. These are just examples only and the actual tasks may vary. The Task Order will indicate the actual statement of work which the contractor(s) will bid for and construct. Replace flooring (carpet/tile/vinyl) Kitchen remodeling Replace Windows, Doors Pole shed repair/replacement Carpentry work Plumbing, water and wastewater construction/upgrade/performance improvement Install potable water and fire line. Replace and upgrade fixtures. Repair, Replace, and/or Upgrade distribution system, piping and other. Replace hot water heating devices/boilers with Energy Star products where applicable. Above/Underground leak detection and repairs Perform potable water storage tank inspections compliant with FAC 62-555. Repair, Recoat, and/or Replace hydro-pneumatic water storage tanks. Roofing Repair/Replacement Demolish existing roofing and/or other substrates. Investigate and repair roof leaks. Construct new roofing systems. Remove/replace gutters, downspouts. Painting Provide interior or exterior painting to manufacturer's recommended installation practices. Use green, low VOC paints that meet or exceed LEED standards as approved by the COR. On-site well renovation and upgrade. Upgrade existing wells, casings, pumps and equipment. Replace distribution systems. Abandon existing wells in accordance with State and/or federal regulations. Drill and install new wells (include new hand pumps or pressurized systems). On-site utility systems Upgrade, repair, modify or remove from service existing electrical systems, wastewater systems, public water systems, power, gas lines, fuel systems, or HVAC systems. Repair/replace electrical fixtures/fittings, wiring, pump, control system, and alarm systems. Install LED lights. Install A/V equipment. Routine maintenance of HVAC systems Parking, road, sidewalk, drainage structures, and boat ramps. Upgrade, repair or replace existing pavement systems, substrates or drainage systems Restripe and mark paving - Include signs as needed. Regrade and reshape roadways Gravel resurfacing of existing roadways Clearing and brushing of existing roadways Ditch cleaning and reshaping Chip sealing and other surface treatments of existing roads Replace culvert Install/construct new roadway/sidewalk. Repair/replace signs, gates, guardrails, bumpers, bollards and posts. Keep ramps free of debris, logs, sand, silt, and ensure ramp is safe to use. Condition Surveys, Inspections, and investigations Water & Wastewater Condition surveys Sanitary Surveys Road Condition Surveys Geotechnical Investigations Site Surveys Construct and install Pre-Engineered and modular building systems Metal buildings Pre-engineered and manufactured storage buildings Building/Pole shed replacement Install fencing and security gate systems Perimeter fencing Road closure gates Automated card or keypad activated gates Associated power and utility systems. Recreation Site Work Repair/replace picnic benches, shelter wood posts, wooden trim, Kiosk, vault toilets. Install gates (swing gate style or farm gate, set in concrete) and signage. Paint/stain structures (shelters, tables, benches, facia on roof etc., etc.) Landscape Improvements Plant vegetation, including irrigation, fertilization, and application of pesticides. Develop and shape sites for drainage and water retention. Prune trees, shrubs, and other vegetation. Removal of hazard trees, including stump. Construct features, curbing, walls, paving, signage, exterior lighting, and associated systems. Homeland Security Upgrades and Security Upgrades Electronic security, controls, and monitoring systems. Traffic control and surveillance equipment Video camera equipment Physical security feature upgrades. Radio tower upgrades. Electronic door locking system and card/FOB reader systems. Dismantling, Demolition and/or Removal of Improvements Evaluate/Test building/location for hazardous materials prior to demolition/removal Remove and dispose of all hazardous materials in Federal and State approved sites. Demolish infrastructure in safe and an OSHA regulated manner. Recycle building materials as per EPA waste management regulations. Remove all sub-surface structures and stabilize site & soils as per Task Order. Disconnect all utilities Placement and procurement of aggregate and rock to the requirements of the Task Order Rehabilitation of historic structures (hog barn, fire towers) Control of herbaceous/woody invasive species Control by mechanical or herbicide application Environmental Remediation and Abatement Activities Mold evaluation and remediation Asbestos surveys, management plans, abatement, removal and cleanup Lead paint removal and cleanup Wild animal abatement and cleanup activities Fire detection/alarm and Fire Suppression Systems construction/repair/replacement. 24/7 Emergency Response/Repair Services Project Location: The work site is located on the Savannah River Site at the following address: Savannah River Site 1-Mile Inside Aiken Barricade New Ellenton, SC 29809 Work may be performed at administrative buildings, storage buildings, and other facilities. Work may also be performed at remote locations. Access roads may be paved, gravel, lime-rock, and/or sand surfaced. Cell phone coverage may not be available. Potable water, electricity, and sanitary facilities may not be available at some sites. Period of Performance: The ordering period of the IDIQ contracts will be five (5) years from the effective date of the award or when the shared ceiling of $7 Million is reached, whichever comes first. The contract will have a base year and four (4) option years. Basis of Award: A Request for Proposal solicitation SF 1442 will be advertised to solicit proposals. The offerors will be requested to submit information related to bonding capacity, specialized experience, technical competence, capability to perform, past performance, teaming arrangements and/or other information. All proposals must be complete and timely to be considered. This action will utilize the procedures of FAR Part 15 � Contracting by Negotiation. The CO will utilize the best value continuum of FAR 15.101. The tradeoff process will be used in IAW. FAR 15.101. Source selection procedures will be utilized as set forth in FAR 15.3 to select firms using the best value tradeoffs method. The combined non-price factors are approximately equal to price. The importance of price will increase if the Offerors� non-price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non-price proposal�s superiority to the Government. Award may be made to other than the lowest priced Offerors or other than the highest technically rated Offerors. The Contracting Officer will award up to three (3) IDIQs to the responsible Offerors whose proposals the Government determines conform to the solicitation, are fair and reasonable with regard to pricing, and whose proposal offers the best overall value to the Government, considering the price and non-price factors described herein. The actual number of awards will be dependent on the proposals received and the overall benefit to the Government. If determined to be in the Government�s best interest, the Contracting Officer will award any number of two DBB seed projects as a Firm Fixed Price task order to an IDIQ awardee whose proposal offers the best overall value to the Government, considering the price and non-price factors. Anticipated Award Date: September 19, 2025 Bonding Capacity: $250,000 single project; $1M aggregate for performance and payment bonds. The majority of task orders will be valued under $250,000 however, individual task orders may be valued up to $1 Million. Terms and Conditions Information: ""One or more of the items under this acquisition is subject to Free Trade Agreements."" ""One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."" ""One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements."" Solicitation Release: The Government anticipates the release of Solicitation No 12445225R0036 within 3 weeks on a 100 % total small business set-aside. The Government anticipates a vendor response time of 30 days after release of the solicitation. The solicitation will be posted on or about July 2, 2025, to www.sam.gov. All interested parties are responsible for downloading the solicitation from this site. Potential offerors are responsible for checking this web site for any amendments and downloading those amendments as they occur. No separate notice will be provided. All responsible sources may submit a proposal at their own cost which will be considered. Point of Contact: Keisha Robinson, Contract Specialist, 404-946-8187 Email Keisha.robinson@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f4cf9431e224606bc925b0af0fd3baa/view)
 
Place of Performance
Address: New Ellenton, SC 29809, USA
Zip Code: 29809
Country: USA
 
Record
SN07477790-F 20250617/250615230034 (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.