MODIFICATION
Z -- Retube Trane Absorber Chiller
- Notice Date
- 8/4/2025 10:47:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12505B25R0016
- Response Due
- 9/2/2025 8:00:00 AM
- Archive Date
- 09/17/2025
- Point of Contact
- Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648
- E-Mail Address
-
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation number 12505B25R0016 is issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 06/11/2025. This solicitation will be full and open competition. The associated NAICS code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors), with a small business size standard of $19.0 million. This acquisition is for the following item as identified in the Line Item Number(s): 0001) Re-tube Absorber Chiller Specifications: See attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is USDA ARS Ames, IA 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1. Submission of proposal shall include the following: (1) Technical Information (technician resumes to show a minimum of five years of experience and fully trained and current on repair, rebuilding, and service of Trane absorption chillers; confirmation of ability to respond to trouble/service calls for warranty issues within 24 hours; and for non-Trane contractors, documentation that Trane acknowledges that Trane will provide contract maintenance and repair service on the #6 absorption chiller as if the work had been completed by Trane) and (2) Price (to include shipping). All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is lowest price technically acceptable (LPTA). ""LPTA"" means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Information and (2) Price and must also have satisfactory Past Performance. The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by the Contracting Officer Representative (COR) and accepted at destination. Period of performance is 365 calendar days after notice to proceed. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically. Proposals must be received no later than 10:00 AM Central Daylight Time (CDT) on September 2, 2025. Questions in regards to this combined synopsis/solicitation are due no later than 4:00 PM CDT on August 21, 2025. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. Site Visit: Organized site visits are scheduled for August 13, 2025 at 1:00 PM CDT and August 14, 2025 at 9:00 AM CDT. The site visits will be held at the project location. The same information will be provided at both site visits, so offerors only need to attend one. In order to attend the site visit, you MUST register by 3:00 PM CDT on August 12, 2025. Register by emailing josh.dobereiner@usda.gov with your company name, the name(s) of the representative(s) who will attend, and which site visit you are registering for. An email response will be sent confirming your reservation. 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 the 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b876edf77964b2a94fe803c1be225d4/view)
- Place of Performance
- Address: Ames, IA 50010, USA
- Zip Code: 50010
- Country: USA
- Zip Code: 50010
- Record
- SN07534625-F 20250806/250804230043 (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 |