Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2024 SAM #8202
SOLICITATION NOTICE

Y -- Greenhouse Construction, Blueberry and Cranberry Research Station, Chatsworth, New Jersey

Notice Date
5/10/2024 10:15:40 AM
 
Notice Type
Presolicitation
 
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
12305B24R0030
 
Archive Date
07/31/2024
 
Point of Contact
Janie Roney
 
E-Mail Address
janie.roney@usda.gov
(janie.roney@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRE-SOLICITATION/SYNOPSIS and not a request for quote, proposal, or invitation for bid, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the solicitation. No award will be made from the pre-solicitation notice, nor will any proposals, quotes, or bids be accepted from this notice. Any submittal will only be accepted after the posting of the solicitation notice. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement at the Blueberry and Cranberry Research Station, Chatsworth, NJ. The requirement consist of furnishing all labor, materials, and equipment for constructing two 30' x 100', 3,000 square foot, (6,000 square foot total) aluminum framed greenhouses with 6 mil poly inflated film covering, shade cloth, 8 mm double wall polycarbonate panels at headwalls, doors, louvers, concrete footing, walks, and entry pads. Installation of headwall mounted exhaust fans and louvers. Installation of propane fired furnaces that will distribute air throughout the greenhouses utilizing poly-duct that is mounted to the floor. Installation of circulation fans located within the greenhouses. Installation of a greenhouses controls system. Installation of a new domestic water main to serve the greenhouse and installation of hose bibbs with timers to support the greenhouses irrigation systems. Installation of propane tank and piping to support propane furnaces. Provide norma and standby electrical service by new underground duct bank from existing distribution equipment located at the headhouse. The project will consist of a base and three optional contract line items (CLINS) as follows: 0001 Base Bid - All items described above. 0002 Option 1 - Installation of evaporative cooling pads for Greenhouse #1. 0003 Option 2 - Constructing a second greenhouse structure, Greenhouse #2. 0004 Option 3 - Installation of evaporative cooling pads for Greenhouse #2. Solicitation 12305B24R0030 will be issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price contract. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. This will be evaluated using Lowest Price Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M. �Award will be Firm Fixed Price (FFP). A solicitation will be released on or around May 28, 2024. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 236220 Commercial and institutional building construction. The small business size standard is $45.0 million. IAW FAR 36.204, the magnitude of this project is between $1,000,000 and $5,000,000. Period of performance is 180 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. IAW FAR 28.102-1, Awards exceeding $150,000 require both Payment and Performance Bonds. See solicitation details regarding a Bid Bond, which will be required. Site Visit: An organized site visit will be conducted and is estimated to be scheduled in the month of June. The site visit will be held at the project location. In order to attend the site visit, you will be required to pre-register. Details will be in the solicitation once posted. 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 contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. Telephone requests for information will not be accepted or returned. 5/10/24: Presolicitation Title has been updated due to a typo.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/898ff38cd736455983781b29356cee06/view)
 
Place of Performance
Address: Chatsworth, NJ 08019, USA
Zip Code: 08019
Country: USA
 
Record
SN07060065-F 20240512/240510230043 (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.