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 -- Replacement of Two Air Handler Unit (AHU) Coils

Notice Date
8/1/2023 12:23:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0071
 
Response Due
8/2/2023 2:00:00 PM
 
Archive Date
08/17/2023
 
Point of Contact
Joel Maas
 
E-Mail Address
joel.maas@usda.gov
(joel.maas@usda.gov)
 
Description
*The purpose of this amendment is to post a question and answer page* 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 12505B23Q0071 is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023.� This solicitation will be Full and Open Competition.� The associated NAICS code is 238220 (Plumbing, Heating, and Air Conditioning Contractors), with a small business size standard of $19 million. This acquisition is for the following item as identified in the Line Items: 0001) Base Bid: Replace chilled water coils in accordance with the Statement of Work 0002) Bid Option 1: Provide air vent for freeze protection in accordance with the Statement of Work 0003) Bid Option 2: Provide replacement components on 6� header in accordance with the Statement of Work 0004) Bid Option 3: Provide freeze plugs at coil in accordance with the Statement of Work Description of Work: The USDA requires a service contract to replace chilled water coils located in Madison, WI in accordance with the Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is USDA-ARS-CCRU 502 Walnut Street Madison, WI 52726 and will also be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Offerors�Commercial Products and include a copy of Commercial Services and FAR 52.212-3 Offeror Representations-Commercial Products and Commercial Services.� Submission of quote shall include the following: (1) Technical and (2) Price. All responses shall be submitted electronically to joel.maas@usda.gov The basis for award is Lowest Price Technically Acceptable (LPTA).� LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.� Pursuant to FAR 52.212-2 Evaluation�Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance.�The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability.� This will continue until the lowest price quote is determined technically acceptable.� Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Services will be inspected by Contracting Officer Representative (COR) and accepted at destination.� Period of Performance is August 9, 2023-November 9, 2023. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted.� A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov.� NO EXCEPTIONS. A SAM UEI number is required in order to register.� All invoices shall be submitted electronically. Quotes must be received no later than 5:00 PM Eastern Time on August 2, 2023. Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM Eastern on July 27, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. A Site Visit is scheduled for� July 26, 2023 at 1:00 PM Central Time. The Site Visit will be held at the project location. In order to attend the site visit, you must pre-register by close of business on July 25, 2023. Pre-register by emailing joel.maas@usda.gov with your company name, the name(s) of the representatives who will attend. An email will be sent confirming your registration. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractors responsibility and obligation to fully comply with the terms, conditions, and specifications contained and/or referenced in this document. DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd28b9f6dac04e3c976ea1db72899a0a/view)
 
Place of Performance
Address: Madison, WI 53706, USA
Zip Code: 53706
Country: USA
 
Record
SN06771305-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.