Search Contract Opportunities

Replace 17.5 Ton Roof Top Unit 3 -Athens GA.   2

ID: 12405B23Q0519 • Type: Synopsis Solicitation

Description

Posted: Aug. 29, 2023, 5:20 p.m. EDT

Amendment 01 - Is being issued to answer questions received.

This is a combined synopsis/solicitation for commercial goods and commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B23Q0519 and is issued as a request for quotation (RFQ). The NAICS code is 238220 - Plumbing, Heating, and Air-Conditioning Contractors. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-04.

The USDA-ARS-SEA in Athens GA. has a requirement to replace existing 17.5-ton package. The work includes but is not limited to: Provide all labor, equipment and materials required to Replace Existing Carrier 17.5-ton package. Replace with Carrier model: 50FC-M2A2A6-0A0A0 or equivalent. As per attached Statement of Work.

Any quotes not meeting the minimum specifications will not be considered.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. 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 GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES 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; 52.225-1, Buy American; 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 GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial goods and commercial services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services.

QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees.

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.SAM.gov.

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination). Award will be made to the lowest price technically acceptable quote.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror's equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 3:00 p.m. Central Daylight time, September 01, 2023. Quotations are to be addressed to Huron Virden, at huron.virden@usda.gov

Place of Performance:

USDA-ARS-SEA- U.S. NATIONAL POULTRY RESEARCH

950 COLLEGE STATION ROAD

ATHENS GA 30605

Primary Point of Contact:

Huron Virden

Contracting Officer

Huron.virden@usda.gov

Posted: Aug. 2, 2023, 3:25 p.m. EDT

Overview

Response Deadline
Sept. 1, 2023, 4:00 p.m. EDT Past Due
Posted
Aug. 2, 2023, 3:25 p.m. EDT (updated: Aug. 29, 2023, 5:20 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Athens, GA 30605 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 8/2/23 ARS Southeast Area issued Synopsis Solicitation 12405B23Q0519 for Replace 17.5 Ton Roof Top Unit 3 -Athens GA. due 9/1/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC J045.
Primary Contact
Name
Huron W. Virden   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 12405B23Q0519

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12405B23Q0519

Award Notifications

Agency published notification of awards for Synopsis Solicitation 12405B23Q0519

Contract Awards

Prime contracts awarded through Synopsis Solicitation 12405B23Q0519

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 12405B23Q0519

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12405B23Q0519

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12405B23Q0519

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. 16, 2023
Last Updated By
huron.virden@usda.gov
Archive Date
Sept. 16, 2023