SOLICITATION NOTICE
Z -- Building Automation System Control Upgrades - Solicitation Documents
- Notice Date
- 7/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-17-0044
- Archive Date
- 8/30/2017
- Point of Contact
- Joshua Dobereiner, Phone: 309-681-6410
- E-Mail Address
-
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Statement of Work RCx Final Report B.xiv and B.xv RCx Final Report B.xiii RCx Final Report B.iv RCx Final Report B.i RCx Final Report A.xix RCx Final Report A.v RCx Final Report A.iv RCx Final Report A.iii RCx Final Report A.ii Past Performance Evaluation Form Mechanical Drawings General Conditions Brand Name Justification ARS 372 ARS 371 SF-1442 The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to provide several Building Automation System control and mechanical modifications at the Cereal Crops Research Unit in Madison, WI. Solicitation AG-32SC-S-17-0044 is issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 and 36 and will be incorporated in the awarded firm-fixed price order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 238290, Other Building Equipment Contractors. The small business size standard is $15.0 million. Magnitude of Construction is between $100,000 and $250,000. Period of performance is 60 days after receipt of the Notice to Proceed for the base bid. If the option line is exercised, an additional 30 days after the Notice to Proceed is issued will be added to the period of performance. Bonds: If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections. Site Visit: An organized site visit will be conducted on July 18, 2017 at 10:00 AM Central Daylight Time. The site visit will be held at the project location. In order to attend the site visit, you MUST pre-register by 3:00 PM CDT on July 17, 2017. Pre-register by emailing josh.dobereiner@ars.usda.gov with your company name and the name(s) of the representatives who will attend. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Josh Dobereiner, via email to josh.dobereiner@ars.usda.gov. Questions must be submitted no later than 10:00 AM CDT on August 1, 2017. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned. Biobased Products: 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. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d6a7f51f758b1de4ff94f473bcdff2f)
- Place of Performance
- Address: Madison, Wisconsin, 53726, United States
- Zip Code: 53726
- Zip Code: 53726
- Record
- SN04573165-W 20170712/170710235651-8d6a7f51f758b1de4ff94f473bcdff2f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |