Search Contract Opportunities

Replace 2 HVAC Units   2

ID: 12405B23Q0164 • Type: Synopsis Solicitation
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: March 22, 2023, 6:24 p.m. EDT

Questions and Answers

Q1: Can you provide a model number of the current units?

A1: There are 4 photos attached for this answer.

This is an amendment to the solicitation to ensure that everyone knows that there is a small error on the statement of work.

This should be for American Standard 12.5 ton HVAC units, or EQUIVALENT.

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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B23Q0163 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a small business size standard of $11.0 Million.

USDA ARS NSL

598 McElroy Drive

Oxford, MS 38655

Is looking for procurement of Replacement of 2 HVAC Units that fits into the associated Statement of Work.

A site visit is scheduled for Friday, March 17, 2023, at 10:00. Please provide the name of the company and the names of personnel requesting to attend to lynn.hults@usda.gov by Thursday, March 16, 2023, no later than 4PM CST.

The Government anticipates award of a Firm Fixed Price contract.
Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work.
Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).
Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED.
The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that 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 Specifications, (2) Price, and must also have satisfactory Past Performance.
INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.
The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting

Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions

Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference.
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. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically.

Quotes must be received no later than Friday, March 24, 2023, 4:00pm Central Standard Time. Submit estimates to lynn.hults@usda.gov.
Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday, March 22, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Posted: March 17, 2023, 2:23 p.m. EDT
Posted: March 14, 2023, 11:42 a.m. EDT

Overview

Response Deadline
March 24, 2023, 5:00 p.m. EDT Past Due
Posted
March 14, 2023, 11:42 a.m. EDT (updated: March 22, 2023, 6:24 p.m. EDT)
Set Aside
None
Place of Performance
Oxford, MS 38655 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 3/14/23 ARS Southeast Area issued Synopsis Solicitation 12405B23Q0164 for Replace 2 HVAC Units due 3/24/23. The opportunity was issued full & open with NAICS 811310 and PSC J041.
Primary Contact
Name
Lynn Hults   Profile
Phone
(912) 464-9723

Documents

Posted documents for Synopsis Solicitation 12405B23Q0164

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12405B23Q0164

Award Notifications

Agency published notification of awards for Synopsis Solicitation 12405B23Q0164

Contract Awards

Prime contracts awarded through Synopsis Solicitation 12405B23Q0164

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12405B23Q0164

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12405B23Q0164

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
April 8, 2023
Last Updated By
lynn.hults@usda.gov
Archive Date
April 8, 2023