Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

N -- HVAC ALTERATION/ RENOVATION - SOW - SF 1442

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Agricultural Research Service - Southeast Area
 
ZIP Code
00000
 
Solicitation Number
12438918Q0004
 
Archive Date
9/4/2018
 
Point of Contact
Juan C. Gaytan, Phone: 2293863496
 
E-Mail Address
juan.gaytan@ars.usda.gov
(juan.gaytan@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLAUSES SF 1442 SOW FOR BLDG 31 HVAC This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 12438918Q0004 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-99. The NAICS code applicable to this acquisition is 238220. The small business size standard is 15.0 millions. This procurement is set aside for Total Small business concerns. USDA ARS SEWRL is looking to replace its HVAC system in Bldg 31 Projected range is between $25,000 and $75,000 All contractors must visit the site to acquaint themselves with the project condition prior to quote submittal. The point of contact on site will be Dustin Stinnett at (229) 387-2370 or (229) 646-1301. Site visits will be made by scheduled appointment 23 July 2018 - August 3 2018. Failure to visit the site prior to quote submittal will be grounds for quote rejection. Failure to become acquainted with the site will not relieve contractors from full responsibility for a complete job as specified. This solicitation incorporated the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial items, 52.212-2 Evaluation -Commercial items, 52.212-3-Offeror Representations and Certifications-Commercial items, 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-3 Notice of HUBZone set-aside, 52-219-28 SB Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52-223-1 Biobased Product Certification, 52-223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.222-54 Employment Eligibility Verification In addition, the following FAR clauses apply to this solicitation: 52.222-6 Construction Wage Rate Requirements (Davis-Bacon Act) 52.222-55 Minimum Wages Under Executive order 13658 52.228-13 Alternative payment protections The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments' rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Submittals should include: Price Quotation List of Proposed subcontractors Past Performace references for similar work Preliminary Schedule Evaluation of Quote: The Government anticipates awarding a contract resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered (Technical specifications and Past Performance). Award will be based on a tradeoff analysis. Responses are due 30 days from the date this notice is published in the FedBizOps by 1:00 PM EST time (August 20, 2018) at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or PO Box 748, Tifton, GA 31793) or by email juan.gaytan@ars.usda.gov. POC Juan Gaytan, Purchasing Agent, 229-386-3496.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/716592aa9a7406f3663777288497da77)
 
Place of Performance
Address: USDA ARS SEWRL, 112 Bunny Run Rd, Tifton, Georgia, 31793, United States
Zip Code: 31793
 
Record
SN05000450-W 20180722/180720230647-716592aa9a7406f3663777288497da77 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.