Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

Z -- BARC McQuay Range #2 Chiller

Notice Date
9/15/2020 9:00:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B20Q20Chiller
 
Response Due
9/21/2020 12:00:00 PM
 
Archive Date
10/06/2020
 
Point of Contact
Mark O. Volk, Phone: 3096816618
 
E-Mail Address
mark.volk@usda.gov
(mark.volk@usda.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) issues this Request for Quotes (RFQ) for a firm fixed-price service contract for: The SASL, Agricultural Research Service, U.S. Department of Agriculture. BARC is requesting Quotes from interested Vendors for: DESCRIPTION OF WORK: At Range #2 repair McQuay International Air-Cooled Chiller/Unitary Model# (AGZ110CHHNN-ER10) Serial #(STNU101100032) by replacing compressor, evaporator psi sensor, (3) crank case heaters, condenser fan motor and VFD. The contractor shall make sure that the refrigerant will be recovered and disposed of according to EPA regulations. �Per the Attached Statement of work. 1.����������� Demolition 2.����������� Chiller Parts to be Supplied & Installed 3.����������� Chiller start-up & testing 4.����������� Warranty The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 Simplified Acquisition Procedures for Commercial Items.� Interested vendors should reference the solicitation documents for all terms and conditions, evaluation factors and submission requirements.� Award will be Firm Fixed Price (FFP). The associated NAICS Code is 561210 � Notice of Set-Aside for Small Business Concerns:�Total 8a Set-aside The Government intends to award a Firm fixed-price contract.� SELECTION PROCESS:� Pending availability of funding, the basis for any potential award is Lowest Price Technically Acceptable (LPTA). ""LPTA"" means the expected outcome of the acquisition that, results from selection of the lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING ON Company Letterhead: (a) Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks identified above. (b) Submit Firm Fixed Price quotation valid for 60 days for Schedule Line Item delivered FOB Destination inclusive of all costs. (c) Submit DUNS# with quotation. (d) Submit two separate Past Performance References with contact information for recent contracts of similar scope to this requirement. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. � All questions regarding this announcement must be submitted in writing to the Contracting Officer, via email to Mark.Volk@usda.gov.� 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. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://beta.sam.gov/.� All interested firms must be registered on Contract Opportunities web site in order to obtain an Award/solicitation documents and all information regarding the solicitation.� Hard copies of the solicitation will not be provided. Offerors are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make an Offeror ineligible for award.� The SAM website can be accessed at www.sam.gov/portal/SAM
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0afcbd32483944d6994e7d0daad49edf/view)
 
Place of Performance
Address: Beltsville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN05798057-F 20200917/200915230153 (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  © 1994-2020, Loren Data Corp.