SOLICITATION NOTICE
J -- VFD Maintenance
- Notice Date
- 12/12/2024 8:41:49 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
- 12305B25Q0011
- Response Due
- 12/23/2024 9:00:00 AM
- Archive Date
- 01/07/2025
- Point of Contact
- Rebecca Lumpkin, Phone: 3016197396
- E-Mail Address
-
rebecca.lumpkin@usda.gov
(rebecca.lumpkin@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Title: The United States Department of Agriculture (USDA), Northeast Eastern Regional Research Center, RH Holley Center requires preventative maintenance to be performed on (19) Variable Frequency Drives. NAICS: 238220- Plumbing, Heating, and Air Conditioning Contractors PSC- J041-Maintenance, Repair, and Rebuilding of Equipment- Refrigeration, Air Conditioning, and Air Circulating 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 12305B25Q0011 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 2025-01, November 11, 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 $19.0M. (v) (vi) The USDA, ARS, Robert W. Holley Center requires preventative maintenance to be performed on (19) Variable Frequency Drives. See attached Attachment 1-Statement of Work (vii) Place of service and acceptance: USDA, RW Holley Center, 538 Tower Road, Ithaca NY 14853. (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) Provision 52.212-2, Evaluation-Commercial Items is applies to this acquisition. Evaluation will be based on Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. (x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on sam.gov by the time quotes are due. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional clauses included as attachment: Attachment 2-Contract Terms and Conditions (xiii) In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING: Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Specification. Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, place of manufacture, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs. Submit Unique Entity ID (UEI) with quotation. Quoted prices must include all applicable costs including FOB shipping costs. 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 12/23/2024 at 12:00 PM EST by email to Rebecca Lumpkin at rebecca.lumpkin@usda.gov. (xvi) Rebecca Lumpkin may be reached at rebecca.lumpkin@usda.gov for specific questions regarding this combined solicitation. Questions by interested parties regarding the requirement must be submitted by 12/18/2024 by 12:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ded4b15cf03d4a04b52afe50443c2e3e/view)
- Place of Performance
- Address: Ithaca, NY 14853, USA
- Zip Code: 14853
- Country: USA
- Zip Code: 14853
- Record
- SN07289794-F 20241214/241212230110 (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 |