Search Contract Opportunities

Retubing of Boiler   2

ID: 12405B24Q0065 • Type: Synopsis Solicitation

Description

Posted: Jan. 29, 2024, 10:52 a.m. EST

Second site visit has been scheduled for Wednesday January 31, 2024 at 2:00 PM EST.

Please send the names of personnel requestiong to attend with the name of the company that they will represent to lynn.hults@usda.gov by January 31, 2024 at 12:00AM CST.

A site visit has been scheduled for this project.

This will be held on Wednesday January 24, 2024 at 11:00AM EST.

Please send the names of personnel requestiong to attend with the name of the company that they will represent to lynn.hults@usda.gov by January 24, 2024 at 9:00AM CST.

This is a Solicitation for the Combined Synopsis/Solicitaiton 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 12405B24Q0065 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 $12.5 Million.
USDA, ARS, NPR

950 College Station Rd.

Athens, GA 30605

Is looking for procurement of Services to Retube Boiler #2 of BLDG 1 that fit the associated Statement of Work.

The Government anticipates award of a Firm Fixed Price.
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; FAR 52.204-27 Prohibition on a ByteDance Covered Application; 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 52.242-15 Stop-Work Order; 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 UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically.
Estimates must be received no later than February 2, 2024, 4:00pm Central Standard Time.
Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday January 31, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Posted: Jan. 23, 2024, 4:01 p.m. EST
Posted: Jan. 22, 2024, 11:20 a.m. EST
Posted: Jan. 22, 2024, 8:15 a.m. EST
Posted: Jan. 19, 2024, 10:07 a.m. EST
Background
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), is seeking procurement of services to retube Boiler #2 of Building 1 at the U.S. National Poultry Research Center in Athens, Georgia. The contract will be awarded on a Firm Fixed Price basis, and the basis for award is Lowest Price Technically Acceptable (LPTA). The contract will be subject to inspection and acceptance terms as per the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses. All contractors must be registered in the System for Award Management (SAM) to be eligible for an award.

Work Details
The contractor is required to provide all professional services necessary to complete the removal of existing tubes and installation of new tubes in Boiler #2. This includes providing all services and field labor, equipment, materials, testing, personal protective equipment, and complying with applicable codes and standards such as ANSI, ASME, NBBI, NEC, OSHA, ADA, and IBC codes. The project involves replacing all boiler tubes in Boiler #2 (Cleaver Brooks model CRI-200-350-200) with 175 2-1/2”, .105 mw sa178 tubes that meet or exceed the boiler manufacturer’s code of construction values. The work must also include testing, inspection, certification requirements, and submission of repair records to USDA before final inspection and acceptance. The contractor must submit a Site Safety Specific Plan (SSSP) within 14 days of contract award and ensure safety and health matters related to the work.

Period of Performance
The period of performance for this urgent boiler repair is no more than 6 weeks after the contract award.

Place of Performance
The U.S. National Poultry Research Center located at 950 College Station Road, Athens, Georgia 30605.

Overview

Response Deadline
Feb. 2, 2024, 5:00 p.m. EST Past Due
Posted
Jan. 19, 2024, 10:07 a.m. EST (updated: Jan. 29, 2024, 10:52 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Athens, GA 30605 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
Sole Source
Signs of Shaping
74% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 1/19/24 ARS Southeast Area issued Synopsis Solicitation 12405B24Q0065 for Retubing of Boiler due 2/2/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J045.
Primary Contact
Name
Lynn Hults   Profile
Phone
(912) 464-9723

Documents

Posted documents for Synopsis Solicitation 12405B24Q0065

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12405B24Q0065

Award Notifications

Agency published notification of awards for Synopsis Solicitation 12405B24Q0065

Contract Awards

Prime contracts awarded through Synopsis Solicitation 12405B24Q0065

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 12405B24Q0065

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12405B24Q0065

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12405B24Q0065

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
Feb. 17, 2024
Last Updated By
lynn.hults@usda.gov
Archive Date
Feb. 17, 2024