Search Contract Opportunities

Built-Up Roof Replacement Headhouse Portion Building 7   2

ID: 12405B23Q0590 • Type: Synopsis Solicitation

Description

PLEASE READ THE COMBINED SYNOPSIS/SOLICITATION AND ATTACHMENTS IN THEIR ENTIRETY.

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 according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information included 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 12405B23Q0590 and is issued as a Request for Quotation (RFQ). This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular 2023-02.

This requirement is being solicited as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 238160 Roofing Contractors. The small business size standard is $19.0M.

Seeking Contractor who: Shall provide all material, personnel, equipment, tools, fuel and other items or services necessary to replace the built-up roof covering the headhouse portion of building 7. Work shall be performed in strict accordance as detailed in attached Statement of Work (SOW).

Project Location:

USDA, ARS, SEA, Sugarcane Field Station

12990 Hwy 441 North

Canal Point, FL 33438

FAR 36.204 Disclosure of the magnitude of construction projects.

a. Less than $25,000.

Site Visit. Bidders 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 site visit shall be for the purpose of observing firsthand 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: Contact GEORGE CARPENTER at 561-261-6588 or Email: george.carpenter@usda.gov.

Questions. All questions pertaining to this solicitation must be in writing. All questions will be addressed by email only. Submit questions referencing solicitation number 12405B23Q0590 electronically via email to monte.jordan@usda.gov. Questions are due on or before September 11, 2023, by 3:00 p.m. Central Time (CT). Telephone inquiries will not be accepted.

Quotation Submission. Quotations referencing solicitation number 12405B23Q0590 should be submitted electronically via email to monte.jordan@usda.gov by Thursday, September 14, 2023, no 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:

  • Fully completed and signed SF1442 Offer page referencing solicitation number 12405B23Q0590; acknowledgement of any amendments (if applicable).
  • 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. The contractor shall provide a breakdown of price with various cost elements (e.g., materials, overhead, labor, sub-costs, etc.).
  • Provide SAM Unique Entity Identifier (UEI) number.

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.

The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting a quotation. Registration is free and you may register online at www.sam.gov.

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.

Any amendments and documents related to this procurement will be available electronically at the Government Point of Entry (SAM.gov). Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.

Overview

Response Deadline
Sept. 14, 2023, 4:00 p.m. EDT Past Due
Posted
Aug. 29, 2023, 3:50 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Canal Point, FL 33438 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 8/29/23 ARS Southeast Area issued Synopsis Solicitation 12405B23Q0590 for Built-Up Roof Replacement Headhouse Portion Building 7 due 9/14/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238160 (SBA Size Standard $19 Million) and PSC Z2JZ.
Primary Contact
Name
Monte Jordan   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 12405B23Q0590

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12405B23Q0590

Award Notifications

Agency published notification of awards for Synopsis Solicitation 12405B23Q0590

Contract Awards

Prime contracts awarded through Synopsis Solicitation 12405B23Q0590

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 12405B23Q0590

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12405B23Q0590

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12405B23Q0590

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS SEA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12405B
Source Organization Code
500033339
Last Updated
Sept. 29, 2023
Last Updated By
monte.jordan@ars.usda.gov
Archive Date
Sept. 29, 2023