SOLICITATION NOTICE
J -- Reprogram Chiller
- Notice Date
- 12/18/2023 6:50:22 AM
- Notice Type
- Combined Synopsis/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
- 12305B24Q0015
- Response Due
- 12/20/2023 9:00:00 AM
- Archive Date
- 01/04/2024
- Point of Contact
- Evonne Huggins, Phone: none, Fax: none
- E-Mail Address
-
Evonne.Huggins@usda.gov
(Evonne.Huggins@usda.gov)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- (i)�This is a combined synopsis/solicitation�for�commercial products�or�commercial services�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; offers are being requested and a written�solicitation�will not be issued. (ii)�Solicitation�number 12305B24Q0015 is issued as a request for quotation (RFQ). (iii)�A statement that the�solicitation�document and incorporated provisions and clauses are those in effect through Federal�Acquisition�Circular 2024-01. (iv)�This action is 100% set-aside for HUBZone small business concerns and the associated NAICS code is 238220, which has a small business size standard of $19.0M. (v)�Line 0001 � Reprogram new computer boards in a 360 Ton Trane Chiller � 1 Job (vi)�See attached statement of work (SOW) for full details (vii)�Work will be performed, inspected, and accepted at the Beltsville Agricultural Research Center, located at: Building 426A, BARC-EAST 10300 Baltimore Avenue Beltsville, Maryland 20705 Site Visit � scheduled for 8am local time on Thursday, December 7th, 2023 - Arrive & meet at Building 3. Attendees are advised to check in with security and obtain a visitors pass for the duration of the visit. (viii)�FAR provision�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this�acquisition�and include the following addenda to the provision: Offerors are instructed to provide an all-inclusive price to perform the work described herein.� Additionally, the offer must include the number of days it would take to complete the work. Offers are instructed to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.� The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. Offers are instructed to provide a copy of their OSHA Certification & proof of factory training for all personnel performing on this contract. The additional FAR provisions cited are applicable to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services�Representation (OCT 2020) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-25 Affirmative Action Compliance (APR 1984) 52.223-1 Biobased Product Certification (MAY 2012) 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation (DEC 2016) 452.237-73 Equipment Inspection Visit (FEB 1998) (ix)�FAR provision�52.212-2, Evaluation-Commercial Products�and�Commercial Services applies to this action and the specific evaluation criteria to be included in paragraph (a) are Technical Acceptability & Price.� Technically acceptable offerors are those that produce proof of factory trained personnel and OSHA Certification. (x)�Offers are advised�to include a completed copy of the provision at�52.212-3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services, with its�offer. (xi)�FAR clause 52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this�acquisition�and include the following addenda to the clause: 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) (xii)�FAR clause�52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this�acquisition. The additional FAR clauses cited are applicable to paragraph b: (4)�52.203-17, Contractor Employee Whistleblower Rights�(Nov 2023)� (9)�52.204-27, Prohibition on a ByteDance Covered Application�(Jun 2023)� (13)�52.219-3, Notice of�HUBZone�Set-Aside or Sole-Source Award (Oct 2022) (18)�52.219-8, Utilization of Small Business Concerns (Sep 2023) � (21)�52.219-14, Limitations on Subcontracting (Oct 2022) (22)�52.219-16, Liquidated Damages�Subcontracting Plan�(Sep 2021)� (24) 52.219-28, Post Award Small Business Program Representation (Sep 2023) (29)�52.222-3, Convict Labor�(Jun 2003)�� (30)�52.222-19, Child Labor-Cooperation with Authorities and Remedies�(Nov 2023)�. (31)�52.222-21, Prohibition of Segregated Facilities�(Apr 2015). (32) 52.222-26, Equal Opportunity�(Sep 2016)�(E.O.11246). (34) 52.222-36, Equal Opportunity for Workers with Disabilities�(Jun 2020)� (37) 52.222-50, Combating Trafficking in Persons�(Nov 2021) (40)�52.223-11,�Ozone-Depleting Substances�and�High Global Warming Potential Hydrofluorocarbons�(Jun 2016) (E.O. 13693). (41)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners�(Jun 2016)�(E.O. 13693).� (47)�52.223-20, Aerosols�(Jun 2016)�(E.O. 13693). (48)�52.223-21, Foams (Jun2016) (E.O. 13693).� (53)�52.225-13, Restrictions on Certain Foreign Purchases�(Feb 2021)� (60)�52.232-33, Payment by�Electronic Funds Transfer-System for Award Management�(Oct2018)� The additional FAR clauses cited are applicable to paragraph c: (1)�52.222-41, Service Contract Labor Standards�(Aug 2018) (2)�52.222-42, Statement of Equivalent Rates for Federal Hires�(May�2014)�� (7)�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026�(Jan 2022). (8)�52.222-62, Paid Sick Leave Under Executive Order 13706�(Jan 2022)� (xiii)�Additional contract terms and conditions are as follows: AGAR 452.204-70 Modification for Contract Closeout (Deviation) (July 2022)� �Upon contract closeout for contracts utilizing Simplified Acquisition Procedures (SAP) according to FAR Part 13.� If unobligated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (CO) shall issue a unilateral modification for deobligation.� The contractor will receive a copy of the modification but will not be required to provide a signature.� The CO shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.� If unobligated funds of more than $1000 remain on the contract, the CO shall issue a bilateral modification for deobligation.� The contractor will receive a copy of the modification and will be required to provide a signature.� (The CO may also request a Release of Claims be completed by the contractor, although not required for contract and orders using SAP.)� If the bilateral modification and Release of Claims are not returned to the CO within 60 days, the CO shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment.��(end clause) SCA Wage Determination No. 2015-4281 � Revision No. 27 � Dated 30 Jun 2023 This action is covered by the Service Contract Act.� A full wage determination can be found at https://sam.gov/wage-determination/2015-4281/27 or you can request a fully copy from the Contracting Officer.� Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts. (xiv)�The Defense Priorities and Allocations System (DPAS) is not applicable to this action. (xv)�The date, time and place�offers�are due will be posted on the notice at sam.gov. (xvi)�Contact Evonne Huggins at Evonne.Huggins@usda.gov for information regarding the�solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a29e69ed24fc4882883716a244bb21a6/view)
- Place of Performance
- Address: Beltsville, MD 20705, USA
- Zip Code: 20705
- Country: USA
- Zip Code: 20705
- Record
- SN06915311-F 20231220/231218230039 (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 |