Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2024 SAM #8269
SOLICITATION NOTICE

J -- Remove and Replace Existing Generator & Transfer Switch with New

Notice Date
7/16/2024 12:44:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B24Q0296
 
Response Due
7/25/2024 1:00:00 PM
 
Archive Date
08/09/2024
 
Point of Contact
Monte Jordan
 
E-Mail Address
monte.jordan@usda.gov
(monte.jordan@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 issued to provide Specifications New Generator attachment and Identification Tab Existing Generator Photograph attachment. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 and is being conducted in conjunction according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information in this notice.� This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� The solicitation number is 12405B24Q0296 and solicitation is issued as a Request for Quotation (RFQ).� This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-05. This RFQ is issued as a Total Small Business Set-Aside.� The associated North American Industry Classification System (NAICS) Code is 238220 � Plumbing, Heating, and Air Conditioning Contractors.� The Small Business Size Standard is $19.0MM.� The USDA, ARS, SEA, Dale Bumpers National Rice Research Center (DBNRRC), Stuttgart, AR location has a requirement for the following: Contractor must provide all material, equipment and labor necessary to remove the existing emergency generator and transfer switch from their current locations and then install the new government supplied emergency generator and transfer switch back into the same locations.� All work must be performed as specified in attached Statement of Work (SOW). The Contractor will be responsible for the entire project on a turnkey basis including, but not limited to, providing crane services, removal from property and disposal of existing emergency generator and transfer switch, and all electrical services and ancillary equipment required to successfully remove existing and replace with new government supplied equipment.� In addition, the Contractor shall modify the door into the mechanical room where the transfer switch is located to a custom 54� steel, weatherproof, enamel painted, door and frame (actual dimensions to be field verified and approved by Lab personnel prior to ordering) and mount the new transfer switch in the existing location in such a matter that it doesn�t interfere with the opening of the new door. Site Visit.� Contractors are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The purpose of a site visit is to observe first-hand any conditions relevant to the completion of this project.� No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. To schedule a Site Visit, please contact IN ADVANCE:� Robert Ideker, Phone:� (870)672-8266, Email:� robert.ideker@usda.gov.� Project Location:�� USDA, ARS, SEA, Dale Bumpers National Rice Research Center (DBNRRC) 2890 HWY 130 East Stuttgart, AR 72160 Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM. Questions.�� All questions pertaining to this solicitation must be in writing.� All questions will be addressed by email only.� Submit questions referencing solicitation number 12405B24Q0296 electronically via email to monte.jordan@usda.gov.� Questions are due July 18, 2024, no later than 3:00 p.m. Central Time (CT).� Telephone inquiries will not be accepted. Submission of Quotation.� Quotation referencing solicitation number 12405B24Q0296 must be submitted electronically via email to monte.jordan@usda.gov by Thursday, July 25, 2024, not later than 3:00 p.m. Central Time (CT).� No late quotations will be accepted. In order to be considered for award, Offerors shall respond by submitting One (1) electronic copy as follows: Fully completed and signed SF1449 Offer Form original signature and date; acknowledgment of any Solicitation Amendments (if applicable); SAM UEI Number. Price Quotation.� Pricing shall be submitted using the Schedule of Supplies/Services within the Offer Form (SF 1449); A Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price and delivery costs as well as any applicable duties, brokerage, or customs fees. All responsible sources may submit an offer, which if timely received, shall be considered. Quotation must be valid for at least 60 days after receipt of quotation.� Items delivered FOB destination inclusive of all costs. Rejection of Quotation.� Failure to demonstrate compliance will be cause to reject the quotation without further discussion.� All responsible sources may submit an offer and will be considered. 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021). This solicitation is being issued pursuant to FAR Part 13.106 procedures. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the RFQ and specifications using Tradeoff Best Value to the Government in accordance with FAR 13.106-2(b)(3) considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quotation represents the best value as a whole. The Government has the discretion to accept other than the lowest priced quotation that provides additional benefits. Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation. It is the offeror's responsibility to monitor the Government Point of Entry (GPE) (sam.gov) for information relevant to this solicitation, e.g., questions and answers, amendments, etc. Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/788cbab73c3f405ba32e388aca14d5ff/view)
 
Place of Performance
Address: Stuttgart, AR 72160, USA
Zip Code: 72160
Country: USA
 
Record
SN07129797-F 20240718/240716230110 (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.