Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 07, 2024 SAM #8258
SOLICITATION NOTICE

Z -- Magnesium Hydroxide System

Notice Date
7/5/2024 2:24:17 PM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B24R0031
 
Response Due
7/9/2024 2:00:00 PM
 
Archive Date
07/24/2024
 
Point of Contact
Jason Robbins, Phone: 3096816118
 
E-Mail Address
jason.robbins@usda.gov
(jason.robbins@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to: Magnesium Hydroxide System at the Beltsville Agriculture Research Center (BARC), Beltsville, MD. Solicitation 12305B24R0031 is issued as a Request for Proposals (RFP).� The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the award.� 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 Best Value Trade Off, see solicitation for evaluation factors and submission requirements, sections L and M.� Award will be Firm Fixed Price (FFP). Notice of Set-Aside for Small Business Concerns:� This requirement is a Total Small Business Set Aside. The associated NAICS Code is 237110, Water and Sewer Line and Related Structures Construction.� The small business size standard is $45.0 million. Magnitude of Construction is between $500,000 and $1,000,000. Period of performance is 373 days after receipt of the Notice to Proceed. Bonds:� The offeror to whom award is made shall furnish both Payment and Performance Bonds.� See solicitation details regarding a Bid Bond. Site Visit:� An organized site visit will be conducted on June 10, 2024 at 8:30AM and June 11, 2024 at 1:30PM Eastern Time.� The site visit will be held at the project location, meet at Building 003 for visitor�s badge.� Visit led by Abubaker Ashiwaya 202-893-0327.� In order to attend the site visit, you MUST pre-register by 4:00 PM ET on June 7, 2024.� Pre-register by emailing jason.robbins@usda.gov with your company name and the name(s) of the representatives who will attend.� Attendees must bring a Government issued photo ID (Real ID, Passport) that is current and valid. 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. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Jason Robbins, via email to jason.robbins@usda.gov.� Questions must be submitted no later than 4:00 PM EDT on June 14, 2024.� Answers to all questions received by that time will be posted as an amendment to the solicitation.� No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer.� Telephone requests for information will not be accepted or returned. Biobased Products:� This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/036964d8f6f8450fa0fd3313edaa3c83/view)
 
Place of Performance
Address: Beltsville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN07118641-F 20240707/240705230103 (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.