Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOLICITATION NOTICE

41 -- Manifold Exhaust Fan Replacement and Installation

Notice Date
4/6/2023 6:50:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0080
 
Response Due
4/17/2023 3:00:00 PM
 
Archive Date
05/02/2023
 
Point of Contact
Aaron Dimeo, Zachary Schuler
 
E-Mail Address
aaron.dimeo@usda.gov, zachary.schuler@usda.gov
(aaron.dimeo@usda.gov, zachary.schuler@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0080 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated NAICS code is 333413 - Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing; with a small business size standard of 500 Employees and the PSC code is 4140. This solicitation is a 100% Total Small Business Set-Aside. The Department of Agriculture (ARS) has the need for the following: 0001) A New Manifold Exhaust Fan 0002) 60' Crane Rental (for use during installation) 0003) Old Manifold Exhaust Fan Removal and Disposal 0004) New Manifold Exhaust Fan Installation and Commission Scope of Work: The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office�s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS National Laboratory for Agriculture and the Environment (NLAE), located at 1015 North University Boulevard, Ames, IA, 50011 is requesting quotes on the replacement of a manifold exhaust fan with new. Background: Need to replace a complete manifold exhaust fan with new. The original fan motor mount and shaft have been damaged beyond repair. Need to replace with a fan matching the fan curve provided below. The fan is installed in a penthouse on the roof of NLAE. A 60� crane will be needed for access. There is an access hole cut and patched in on the side of the penthouse to allow direct access to the fan area. See images below and attached cut sheet for the fan specifications. Old fan needs removed from roof and removed from site by contractor. New fan needs installed and commissioned by running fan and ensuring the backup/paired fan picks up when called for. Also, that the new installed fan will pick up when in the lag position. Fans are controlled by Metasys and should not be affected but verification must be done none the less. System may need to be balanced if fan curves are not matched. New fan shall be labeled EF-58 to coincide with the building blueprints. Technical Requirements: New Manifold Exhaust Fan See attachments for images and cut sheet with the current fan�s specifications. 60' Crane (for use during installation) Old Manifold Exhaust Fan Removal and Disposal New Manifold Exhaust Fan Installation and Commission Work on this project shall be completed by technicians with at least 3 years of experience. Contractor will communicate with Technical Point of Contact to determine work completion. Key Deliverables: A New Manifold Exhaust Fan 60' Crane (for use during installation) Old Manifold Exhaust Fan Removal and Disposal New Manifold Exhaust Fan Installation and Commission Place of Performance: USDA-NLAE, 1015 North University Boulevard, Ames, IA 50011 Period of Performance Work is expected to be completed within 180 days from date of award. Government shall provide access to building during normal 7:00am to 4:30pm CST, Monday through Friday, excluding Federal holidays. Work scheduled outside normal work hours shall be coordinated with the Government�s representative to comply with escort and security notification requirements. Evaluation Factors: Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable. Submitting a Quote: Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award. Vendors responding to this announcement shall submit their quote�along with all other requested and required documentation (such completed FAR provisions) to be included as part of ALL offeror�s responses. The quote should include any and all overhead, profit, insurance/bond, fees, charges, and/or surcharges. This will be a tax-exempt purchase. The solicitation attachments include FAR clauses, a Statement of Work (SOW), Quality Assurance Surveillance Plan, Wage Rates, and FAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition. In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed). Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days. To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code. As the Buy American Act applies to this acquisition, vendors should provide the full legal name of the manufacturer as well as the manufacturing location�s full street address (for USA made) or the country of origin (for foreign made) products included in their quote. A statement or certification from the manufacturer as to the manufacturing street address or country of origin would be preferred. Also, be certain all quotes included the vendor�s full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information. The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Invoices to be billed quarterly in arrears. Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to�aaron.dimeo@usda.gov by NO later than�Monday, April 17, 2023 at 5:00 PM�Central Time (CT). NOTE: Be absolutely certain to reference the RFQ number �12505B23Q0080� and/or title of the solicitation �Manifold Exhaust Fan Replacement and Installation� in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed �unresponsive� and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b6759f6b0bc48179af48f00ae09cc83/view)
 
Place of Performance
Address: Ames, IA 50011, USA
Zip Code: 50011
Country: USA
 
Record
SN06642711-F 20230408/230406230116 (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.