SOLICITATION NOTICE
S -- Installation of Cold Storage Room
- Notice Date
- 8/4/2025 11:57:15 AM
- Notice Type
- Solicitation
- NAICS
- 493120
— Refrigerated Warehousing and Storage
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA25Q0201
- Response Due
- 8/18/2025 9:00:00 AM
- Archive Date
- 09/02/2025
- Point of Contact
- Christopher Tomlin, Phone: 757-633-2519, Christopher Tomlin, Phone: 757-633-2519
- E-Mail Address
-
christopher.tomlin@usda.gov, christopher.tomlin@usda.gov
(christopher.tomlin@usda.gov, christopher.tomlin@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMENDMENT A0001 IS ADDED TO UPDATE ATTACHMENT 9 - RFI TO PROVIDE ANSWERS FROM QUESTIONS RECEIVED. PROJECT TITLE: Install Cold Storage Room PROJECT LOCATION: University Park, Pennsylvania MAGNITUDE OF CONSTRUCTION: Between $ 25,000 and $100,000 TYPE CONSTRUCTION: Building NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE (NAICS): 493120 SMALL BUSINESS SIZE STANDARD: $36.5 Million PERIOD OF PERFORMANCE: 120 calendar days from receipt of Notice to Proceed. WAGE DETERMINATION: Department of Labor General Decision Number PA20250082 is included as an attachment to solicitation and is applicable to any resultant contract. If necessary, subsequent revisions will be posted to the solicitation via amendment prior to Proposal submission date. Revision may also be applicable prior to any contract award. Wage decisions are available at www.sam.gov. REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the contract requirements, specifications and/or drawings, submit a written RFI to Christopher.tomlin@usda.gov. The subject line of the email must read �RFI � 1232SA25Q0201�. RFIs must be specific identifying section, paragraph and page no. of the specifications or cite the drawing number and must be in question format. All RFIs submitted shall include the solicitation number and title, contractor name, city, state, telephone, email address, date submitted, and the RFI question(s). RFI responses will be posted to www.sam.gov as necessary in amendment format. Deadline for submission of RFIs for this solicitation is close of business July 28, 2025. 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. TYPE OF SET-ASIDE THIS SOLICITATION IS A 100% SET-ASIDE FOR SMALL BUSINESS. SEE THE SOLICITATION FOR ELIGIBILITY REQUIREMENTS. DATABASE REGISTRATION INFORMATION SYSTEM FOR AWARD MANAGEMENT REGISTRATION: The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR including FedReg), Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). Federal Acquisition Regulations require that federal contractors register in SAM at www.sam.gov and enter all mandatory information into the system. Warning: Award cannot be made to unregistered contractors. If registration is not active at time of proposal submission, the proposal may be considered non-responsive and thereafter rejected. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals or businesses providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person or business providing services under this contract. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. VETS-4212 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form VETS-4212, Federal Contractor Veterans' Employment Report (VETS-4212 Report) in all cases where the contractor or subcontractor has received an award of $100,000 or more in any fiscal year. Contracting Officers are prohibited from awarding a contract to a contractor that has not submitted a required VETS-4212 Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38 U.S.C. 4212(d). Submit this report as soon as possible, if not already submitted, to avoid delays in the contract award process. For more information on this requirement and/or for completing the web-based reporting form, check the following website: http://www.vets4212.dol.gov. See FAR provision 52.222-38, Compliance with Veterans' Employment Reporting Requirements (FEB 2016) under the Representations, Certifications and Other Statements of Offerors, and FAR clause 52.222-37, Employment Reports Veterans (FEB 2016) under the General Conditions. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall enroll in E-Verify within 30 days of the contract award date. They shall also begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54). OTHER IMPORTANT VENDOR INFORMATION CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS: The Contractor shall, as applicable, identify the biobased content level of the offered product(s). The content levels shall, at minimum, meet USDA BioPreferred�s minimum biobased content level as identified on the BioPreferred web site. Note that the offered product is not required to be third-party certified and qualified under the USDA Certified Biobased Product Labeling Program. However, offerors must be able to demonstrate that the offered product meets minimum content levels upon request. Offerors shall identify the product material and content levels (postconsumer content % and total recovered materials content %) for each proposed product. The content levels shall, at minimum, meet the minimum recommended content levels as identified under the CPG program. For purposes of this contract, applicable content levels will be those published at the time of the offer due date. Offerors shall identify the ENERGY STAR qualified product(s) by brand, model name, and model number to be supplied under this contract. Offerors should be prepared to provide evidence of product certification by an EPA-recognized certification body upon request. In the technical proposal, offerors shall identify the FEMP-designated product(s) by brand, model name, and model number to be supplied under this contract. In addition, offerors shall provide supporting documentation, such as product specification sheets (or a link to supporting documentation), that clearly demonstrates compliance with the applicable FEMP energy efficiency requirements. Compliance must be determined based on the industry-recognized testing standards identified by FEMP. Offerors shall identify the Safer Choice labeled product(s) by product name and manufacturer to be supplied under this contract. In addition, offerors shall provide evidence of product certification by EPA (i.e., Safer Choice Partnership Agreement or product listing on EPA�s Safer Choice website). Offerors shall identify the WaterSense labeled product(s) by brand, model name, and model number to be supplied under this contract. In addition, offerors shall provide evidence of product certification by an EPArecognized certification body. PAYMENT FOR MATERIALS STORED OFF-SITE: Payment in advance of installation for materials stored off-site is not authorized under this contract. SCHEDULE OF MATERIAL SUBMITTALS: The submittals contemplated by FAR 52.236-5, Material and Workmanship.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e965d219c6804ee39597e8bb90ac032c/view)
- Place of Performance
- Address: University Park, PA 16802, USA
- Zip Code: 16802
- Country: USA
- Zip Code: 16802
- Record
- SN07534930-F 20250806/250804230045 (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 |