Florida Bids > Bid Detail

Repair B37 Floor

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159873819204227
Posted Date: Jan 26, 2023
Due Date: Jan 31, 2023
Solicitation No: 12405B23Q0060
Source: https://sam.gov/opp/ebb0cf2205...
Follow
Repair B37 Floor
Active
Contract Opportunity
Notice ID
12405B23Q0060
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 26, 2023 10:32 am CST
  • Original Published Date: Jan 09, 2023 04:36 pm CST
  • Updated Date Offers Due: Jan 31, 2023 03:00 pm CST
  • Original Date Offers Due: Jan 23, 2023 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 15, 2023
  • Original Inactive Date: Feb 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Coral Gables , FL 33158
    USA
Description View Changes

This is a combined synopsis/solicitation for construction services prepared in accordance with the format in subpart 12.6 in conjunction with FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 12405B23Q0060 and solicitation is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-01.



This requirement is solicited as a total small business set aside. The associated North American Industrial Classification System (NAICS) code is 238330, Flooring Contractors and small business size standard is $16.5M.



FAR 36.204 Disclosure of the magnitude of construction projects. Estimated price range: (a) Less than $25,000.



Seeking contractor to provide:




  • All professional services necessary to repair damage to B37 floor located at the USDA, ARS, SEA, Subtropical Horticulture Research Center, 13601 Old Cutler Road, Miami, Florida 33158.

  • Work is to be performed in strict accordance with attached Statement of Work (SOW). Contractor shall provide all services and field labor, equipment, materials, testing and personal protective equipment necessary to perform the work. No Government equipment will be available for use by the contractor.



Repair Damaged Portions of South floor in B37




  • South room floor in B37 consists of a ¾” plywood deck with rubber like surface liner on 2x6 joists above the original floor. Original flooring is 30 in bellow existing floor, two level concrete surface accessed via doorway with 3 steps.



Left Room from Entrance:




  • Install new ¾” plywood sheets over existing flooring.

  • Install a polyurea coating over the new plywood flooring.

  • Furnish and install toekicks on doors.



Right Room from Entrance:




  • Remove existing VCT and prepare concrete surface of floor for application of polyurea coating.

  • Install a polyurea coating over the concrete flooring.

  • Furnish and install toekicks on doors.



Site Visit. Contractors are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The site visit shall be for the purpose of observing first-hand any conditions relevant to the completion of this project. No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. To arrange a site visit, please contact in advance Karla Agurto at (786)573-7058 or karla.agurto@usda.gov to schedule a site visit to the project location.



Offer submission. Quotations referencing the solicitation number should be emailed to Monte Jordan at monte.jordan@usda.gov by Monday, January 23, 2023, no later than 3:00 p.m. Central Time (CT). No late quotations will be accepted.



Questions. All questions pertaining to this solicitation must contain reference to the solicitation number and all questions will only be addressed by email to monte.jordan@usda.gov on or before Thursday, January 19, 2023, by 3:00 p.m. Central Time (CT). Telephone inquiries will not be accepted.



In order to be considered for award, all offerors shall submit:




  • One (1) fully completed and signed SF 1442 completing blocks 14, 15, 16, and 17; acknowledgment of Solicitation Amendments via SF 30 if any, completing blocks 15A, B, and C of SF 30.

  • Contractor shall provide a detailed proposal and cost breakdown for the entire project as specified in the statement of work. All proposals shall be in unlocked MS Word format, and all cost proposals shall be detailed in unlocked MS Excel format with formulas working.



Failure to provide the required information in the requested format may result in proposal not being considered for award.



Information concerning the REE policies and procedures regarding the definitization of equitable adjustments for change orders under construction contracts and the time required for definitization of those actions per 15 U.S.C. 644 is available at https://www.ars.usda.gov/afm/apd/acquistions/.



Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting a quotation. Registration is free and you may register online at www.sam.gov.



Any amendments and documents related to this procurement will be available electronically at the Government Point of Entry (SAM.gov). Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.



AMENDMENT 0002 ISSUED TO ANSWER QUESTIONS SUBMITTED BY INTERESTED CONTRACTORS.



Q1. We are a company from NY, are we allowed to bid on this project?



A1. Anyone interested in doing business with the federal government can use the contract opportunities website, sam.gov to search opportunities. Before you can bid on federal contracts, you must complete your System for Award Management (SAM) registration. Only businesses that have completed their registration can submit bids and receive federal contracts.



Q2. This project Women/Minority Business Enterprise (WMBE)? Service-Disabled Veteran Owned Small Business (SDVOSB)?



A2. This is solicited as a Total Small Business Set-Aside.



Q3. Walk Thru mandatory?



A3. Site Visits are encouraged.



Q4. Total sq ft? Material required for installation.



A4. See attached Floor Plan. They are to repair floors to code and use materials that match existing construction.



Q5. What is on the floor currently?



A5. Wood



Q6. Can we request drawings/floor plans?



A6. See attached Floor Plan for Building B37.



Q7. What are the specs on the replacement material?



A7. They are to repair floors to code and use materials that match existing conditions.



Q8. Has there been testing for asbestos?



A8. Yes/None found.



Q9. What termination on the polyurea is requested? Smooth, rough, some friction, etc.?



A9. The termination on the polyurea finish should enable moderate traction to help reduce slipperiness.



Q10. What color would be for the polyurea finish? *Termination and color will affect the material and labor price.



A10. Please provide color options with prices.



Q11. The scope of work is limited to floor? No work should be considered to the wood frame?



A11. Any repairs needed to the wood frame would be treated as a differing site condition if necessary to ensure safe and proper construction of flooring repairs. It’s not known if that will be necessary until repairs begin. Not to my knowledge, the site would have to go out and measure but, again, until the damaged flooring is removed, the full extent won’t necessarily be known. This is why a site visit is always recommended!



Q12. Is there any rough quantity of the square feet of the area to be impacted?



A12. Any repairs needed to the wood frame would be treated as a differing site condition if necessary to ensure safe and proper construction of flooring repairs. It’s not known if that will be necessary until repairs begin. Not to my knowledge, the site would have to go out and measure but, again, until the damaged flooring is removed, the full extent won’t necessarily be known. This is why a site visit is always recommended!



Q13. Can the finish floor be epoxy instead of polyurea over the plywood in the right room and over concrete in the left room?



A13. The Lab has requested polyurea. I do not have a problem with epoxy being used solely on the concrete in lieu of polyurea however it is up to the Lab to make their determination.


Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >