SOLICITATION NOTICE
Z -- Replace Pneumatic Control Systems at NCCCWA
- Notice Date
- 7/7/2023 8:19:17 AM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12305b23q0082
- Response Due
- 7/20/2023 12:00:00 PM
- Archive Date
- 08/04/2023
- 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
- Solicitation Number: 12305B23Q0082 This is a solicitation for Construction and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) Northeast Area (NEA) issues this Request for Quotes (RFQ) and incorporates provisions and clauses that are in effect through FAC 2023-03. The North American Industry Classification System (NAICS) code is 238220 HVAC and Plumbing Contractors; small business size standard is $18.0 Mill. Project Summary: The objective of this SOW is to: Replace Pneumatic Control Systems at NCCCWA National Center for Cool-Cold Water Aquaculture 11861 Leetown Road Kearneysville, WV 25430. DELIVERY TO: USDA AGRICULTURAL RESEARCH SERVICE NCCCWA National Center for Cool-Cold Water Aquaculture 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 The Government intends to post all notices/amendments related to this solicitation on SAM Contract Opportunity. Any additional amendments and/or documents related to this procurement will be available electronically only. Potential Quoters will be responsible for downloading their own copy of those documents related to this procurement, if any. Offerors are encouraged to check the SAM web site frequently in order to be notified of any changes to this solicitation. Interested vendors should reference the solicitation documents for all terms and conditions, evaluation factors and submission requirements.� The Government intends to award a Firm fixed-price contract. SELECTION PROCESS: Pending availability of funding, the basis for any potential award is BE MOST ADVANTAGEOUS TO THE GOVERNMENT, PRICE AND OTHER FACTORS CONSIDERED. 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: Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the SOW. Submit Firm Fixed Price quotation (Quote SF 1442 and company letterhead) detailing the description, total price and valid for at least 60 days after receipt of quote. Delivered FOB Destination inclusive of all costs. Submit DUNS and UEI# with quotation. Submit two separate Past Performance References with contact information for recent contracts of similar scope to this requirement. A completed copy of the provisions FAR 52-212.3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 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.� A Bid Bond will be Required. � 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. Furnish Quotes by email to Mark O. Volk, Contracting Officer, USDA, ARS, NEA, Contracting Office, no later than 3:00 p.m. EST, July 20, 2023. 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. 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
-
SAM.gov Permalink
(https://sam.gov/opp/ffc49afd109c41238de4e5154dea3d27/view)
- Place of Performance
- Address: Kearneysville, WV 25430, USA
- Zip Code: 25430
- Country: USA
- Zip Code: 25430
- Record
- SN06740552-F 20230709/230707230043 (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 |