Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

J -- Replace Chiller VFD

Notice Date
7/1/2024 10:59:32 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
12305B24Q0114
 
Response Due
7/24/2024 9:00:00 AM
 
Archive Date
08/08/2024
 
Point of Contact
Elizabeth Wilson
 
E-Mail Address
elizabeth.wilson2@usda.gov
(elizabeth.wilson2@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NAICS: 238220 Plumbing, Heating, and Air Conditioning Contractors PSC: J045 Maint/repair/rebuild Of Equipment- Plumbing, Heating, and Waste Disposal Equipment This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in subpart� 12.6, utilizing FAR part 13 procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ��������������� (ii) The solicitation number is 12305B24Q01114 and this combined synopsis/solicitation 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 FAC 2024-05, May 22, 2024. ��������������� (iv) This is a total 100% small business set-aside and the associated NAICS code is 238220 and the small business size standard is $19M. (v) A list of�line item number(s) and items, quantities, and units of measure (including�option(s), if applicable). (vi)� United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Human Nutrition Research Center on Aging (HNRCA) located in Boston, MA requires a Contractor to provide services to replace chiller Variable Frequence Drive (VFD). See attached Statement or Work. ����������� (vii) Place of service/delivery and acceptance: 711 Washington St., Boston, MA 02111. (viii) Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. (ix) Provision 52.212-2, Evaluation-Commercial Products and Commercial Services is applies to this acquisition. Evaluation will be based on Lowest Priced Technically Acceptable (LPTA) quote. Award will be made on the basis of LPTA to the government from quotes meeting or exceeding the acceptability standards for non-cost factors. Technical Capability- Ability to meet or exceed ALL of the requirements of the Statement of Work. Past Performance- Acceptable past performance that is relevant and recent. ��������������� (x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, uploaded on sam.gov by the time quotes are due. ��������������� (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. ��������������� (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Additional clauses included as attachment: Contract Terms and Conditions ��������������� (xiii) In order to be considered for award OFFERORS SHALL SUBMIT ALL OF THE FOLLOWING: Submit Firm Fixed Price quotation (quote on company letterhead) detailing the Service description, total firm fixed price for service, and valid for at least 60 days after receipt of quote. � Submit Sam.gov Unique Entity ID (UEI) with quotation to verify active status and small business designation.� Submit at least two Past Performance References. See attached document- Past Performance Submit Technical Capability Statement showing technical capability to meet or exceed ALL Performance Elements in the Statement of Work.�Include written specifications, brochure, and/or descriptions for item in order to determine if item meets or exceeds requirements for existing Brand Name VFD. IF you are submitting an item on an �equivalent� basis then you MUST fill out the following clauses from the document Contract Terms and Conditions - 52.211-6 Brand Name or Equal AND 452.211-71Equal Products Offered. REJECTION OF QUOTATION: Failure to demonstrate compliance or to submit all items requested in solicitation will be cause to reject the quote without further discussions. 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. ��������������� (xv) Quotes are due on 7/24/2024 at 9:00 AM PST/PDT by email to Elizabeth Wilson at Elizabeth.Wilson2@usda.gov. ��������������� (xvi) Elizabeth Wilson may be reached at Elizabeth.Wilson2@usda.gov for specific questions regarding this combined solicitation. Questions by interested parties regarding the requirement must be submitted by 7/10/2024 by 9:00 AM PST/PDT. * Please Note- A Site Visit has been scheduled for 7/8/2024 at 9:00 AM ET.�Vendors can meet me in the lobby of 711 Washington st Boston Ma 02111. To register for site visit- email Elizabeth Wilson at elizabeth.wilson2@usda.gov by 7/7/2024 by 5:00PM ET.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c77fc5c3093a45db8e41aaa4fd68d4af/view)
 
Place of Performance
Address: Boston, MA 02111, USA
Zip Code: 02111
Country: USA
 
Record
SN07113513-F 20240703/240701230107 (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.