Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

J -- Electrical Power for (2) Hydroponic Containers

Notice Date
8/1/2023 2:25:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B23Q0525
 
Response Due
8/16/2023 1:00:00 PM
 
Archive Date
08/31/2023
 
Point of Contact
Monte Jordan
 
E-Mail Address
monte.jordan@usda.gov
(monte.jordan@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� The solicitation number is 12405B23Q0525 and solicitation is issued as a Request for Quotation (RFQ).� This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-04. This solicitation is being solicited as a Total Small Business Set-Aside.� The North American Industry Classification System (NAICS) code is 238210 - Electrical Contractors and Other Wiring Installation Contractors.� The small business size standard is $19.0M. The USDA, ARS, SEA, U.S. Horticultural Research Laboratory, Picos Farm, 10000 Picos Road, Fort Pierce, Florida 34945 location is seeking a single contractor who: Shall provide supplies, services, supervision, transportation, labor, work plan, and schedule to assure effective performance to connect power to (2) hydroponic containers side by side located at USDA, ARS, SEA, U.S. Horticultural Research Laboratory, Picos Farm, 10,000 Picos Road, Ft Pierce, FL 34945. Each hydroponic container measured 40ft long x 8ft wide x 9ft-6 inches high.� All work shall be performed in accordance as detailed in attached Statement of Work (SOW). Site Visit.� Contractors are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The purpose of a site visit is to observe first-hand any conditions relevant to the completion of this project.� No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. If you are interested in scheduling a site visit, please contact Vic M. Agahan in advance at (772)216-6535 or� vic.agahan@usda.gov. Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM. Questions.� All questions pertaining to this solicitation must be in writing.� All questions will be addressed by email only.� Submit questions referencing solicitation number 12405B23Q0525 electronically via email to monte.jordan@usda.gov.� Questions are due August 10, 2023, no later than 12:00 p.m. Central Time (CT).� Telephone inquiries will not be accepted. Submission of Quotation.� Quotation referencing solicitation number 12405B23Q0525 should be submitted electronically via email to monte.jordan@usda.gov by Wednesday, August 16, 2023, no later than 3:00 p.m. Central Time (CT).� No late quotations will be accepted. In order to be considered for award, Offerors shall respond by submitting: Fully completed and signed SF1449 Offer page referencing solicitation number 12405B23Q0525; acknowledgment of any amendments (if applicable) Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price and delivery costs as well as any applicable duties, brokerage, or customs fees. Please provide a cost breakdown. Provide SAM Unique Entity Identifier (UEI) number. Quotation must be valid for at least 60 days after receipt of quotation.� Items delivered FOB destination inclusive of all costs. Rejection of Quotation.� Failure to demonstrate compliance will be cause to reject the quotation without further discussion.� All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222- 37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation. Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM. Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b284ce235dc34debbe1890eef0d1903b/view)
 
Place of Performance
Address: Fort Pierce, FL 34945, USA
Zip Code: 34945
Country: USA
 
Record
SN06771292-F 20230803/230801230050 (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.