Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2023 SAM #7808
SOLICITATION NOTICE

Z -- Repair USDA Headhouse #2 Marucci Center

Notice Date
4/12/2023 9:53:45 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B23R0005
 
Response Due
4/20/2023 2:00:00 PM
 
Archive Date
05/05/2023
 
Point of Contact
Mark O. Volk, Phone: 3096816618, Dilynn Rogers, Phone: 3015043691
 
E-Mail Address
mark.volk@usda.gov, dilynn.rogers@usda.gov
(mark.volk@usda.gov, dilynn.rogers@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*****Amendment 003 is issued to answer bidders questions***** *****Ammendment 002 issued for Extending Questions submission date***** *****Ammendment 001 issued for Construction site visit***** The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) issues this Request for Quotes (RFQ) for a firm fixed-price construction contract for: PROJECT TITLE: Repair USDA Headhouse #2 Marucci Center for Blueberry and Cranberry Research.�PROJECT LOCATION: Phillip E. Marucci Center for Blueberry and Cranberry Research 125 Lake Oswego Road,�Chatsworth, NJ 08019 SPECIFICATIONS and DRAWINGS ARE AVAILABLE. See Attached The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and rated in the awarded firm-fixed price order.� Interested vendors should reference the solicitation documents for all terms and conditions.� No paper solicitation will be available.� See solicitation for evaluation factors and submission requirements, sections L and M.� Award will be Firm Fixed Price (FFP). The associated NAICS Code is 236220, Commercial and Institutional Building Construction.� The small business size standard is $39.5 million. Notice of Set-Aside for Small Business Concerns:� This requirement is a Total Small Business Set -Aside The Government intends to award one (1) firm fixed-price contract.� SELECTION PROCESS: The Proposals will be evaluated using a Lowest Price Technically Acceptable source selection process. Potential offerors will be invited to submit their technical, past performance, and price information as described in the Solicitation, for review and consideration by the Government. The selection process will evaluate such factors (not necessarily in order): Past Performance, Technical which includes Management & Experience, and Price. Pro Forma information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Period of performance is 270 days after receipt of the Notice to Proceed. 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.� Awards exceeding $150,000 require both Payment and Performance Bonds.� See solicitation details regarding a Bid Bond. SITE VISIT: An organized site visit has been scheduled for- TBD� Participants will meet at- TBD 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. � 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. 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. 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. 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. It is the responsibility of the Offeror to check the website daily for any updates/amendments.� Offerors are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b08ea48b2c14327a9aa0263bc9f8f70/view)
 
Place of Performance
Address: Chatsworth, NJ 08019, USA
Zip Code: 08019
Country: USA
 
Record
SN06648332-F 20230414/230412230109 (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.