Agency: | |
---|---|
State: | Wyoming |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | Feb 22, 2024 |
Due Date: | Apr 29, 2024 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
Description of Work
Proposals will be solicited by the USDA, Forest Service for the Sheep Gulch and West Table Creek Pavement Repairs for the Bridger Teton National Forest. Construction includes but is not limited to major work items of asphalt crack sealing and slurry sealing all asphalt pavements. Minor work items consist of installing new concrete wheel stops and pavement markings. Sites are to include ADA striping and signage. This project has both base items and optional items.
Project Location: Lincoln County, WY
Place of Contract Performance: Lincoln County, WY
Contract Time/Period of Performance: 21 days after notice to proceed. The work is anticipated to be completed between May and September 2024. Schedule will be determined after contract award. Work to be completed by September 30, 2024.
Magnitude of the Proposed Project: In accordance with FAR 36.204, the estimated magnitude of construction for this project, including the base and options, is between $200,000 and $450,000.
Solicitation Date: The solicitation is anticipated to be issued on or after March 8, 2024.
Solicitation Documents: All future information about this acquisition, including amendments, will be distributed solely through this site. The complete solicitation package will be attached and made available only through SAM.gov, https://sam.gov/content/home on or after 15 days of this notice. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition to include amendments. Anyone wishing to participate in this proposed procurement must obtain a copy from SAM.gov.
Solicitation/Award Type: This requirement is being solicited as a Total Small Business set-aside, with the intent to award a Firm-Fixed Price contract. A single award will be made from the solicitation.
Ensure your company is registered for the NAICS Code 237310 for this requirement.
Contractors are required to be actively registered with the System for Award Management (SAM) https://www.sam.gov prior to submitting a proposal and to be considered for award. Registering in the SAM system is FREE. If you need assistance, please be sure to reach out your local Procurement Technical Assistance Center (PTAC) representative. PTAC is a FREE resource to all small business and your state representative’s contact information can be found at the following website: https://www.aptac-us.org/.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Follow Sinks Canyon Camp Ground Asphalt Resurfacing Active Contract Opportunity Notice ID 1240LT21R0026
AGRICULTURE, DEPARTMENT OF
Bid Due: 5/13/2024
Z2DA-- 666-22-128 APU Sally Port Nurse Exam (VA-24-00071308) Active Contract Opportunity Notice ID
Federal Agency
Bid Due: 5/08/2024
Follow YELL-MILLING FY24 Active Contract Opportunity Notice ID 140P1424R0012 Related Notice 140P1424R0012 Department/Ind.
INTERIOR, DEPARTMENT OF THE
Bid Due: 5/11/2024