Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2024 SAM #8089
SOLICITATION NOTICE

Z -- Operations and Maintenance Support Services for the Eastern Regional Research Center - 12305B23R0003

Notice Date
1/18/2024 8:20:03 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
SYNOPSIS-12305B23R0003
 
Response Due
2/17/2024 2:00:00 PM
 
Archive Date
03/03/2024
 
Point of Contact
Roger Ammons, Dreux Johnson
 
E-Mail Address
roger.ammons@usda.gov, dreux.johnson@usda.gov
(roger.ammons@usda.gov, dreux.johnson@usda.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A PRE-SOLICITATION/SYNOPSIS prepared in accordance with the format in FAR 15, as supplemented with additional information included in this notice. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) anticipates the need for facility Operations and Maintenance Support Services for the Eastern Regional Research Center (ERRC) in Wyndmoor, Pennsylvania. This will be procured as a 100% SBA 8(a) competitive set-aside. The selected contractor will demonstrate their capability of meeting the highly specific needs of the end user per the Performance Work Statement, which will be included in the solicitation package. The award will be for a firm fixed price type contract with an indefinite-delivery component for additional work. This is set-aside for qualified SBA 8(a) firms ONLY. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561210. It is anticipated that the Eastern Business Service Center (EBSC) Contracting will issue a solicitation on or about February 21, 2024, as a request for proposals. Proposals will be due on approximately March 21, 2024. Description of Work: This contract requires furnishing all labor, equipment, supervision, materials, and incidentals for Operations and Maintenance Services such as, but not limited to, HVAC, Security, Janitorial, Architectural and Structural, Grounds Maintenance, Electrical, Piped Systems, Utilities, Shipping/Receiving, and Administration of Work Management Systems. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred Program. The Contractor must comply with the Farm Security and Rural Investment Act of 2002 (FSRIA), 7 U.S.C. 8102; the Food, Conservation and Energy Act of 2008 (FCEA), 7 U.S.C. 8102; the Federal Acquisition Regulation; APD Alert 2010-09; Executive Order (EO) 13693, titled �Planning for Federal Sustainability in the Next Decade,� dated March 19, 2015; EO 13990, Protecting Public Health and the Environment and Restoring Science To Tackle the Climate Crisis dated January 20, 2021; and Presidential Memorandum, �Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement,� dated February, 2012 to provide biobased products; Resource Conservation Recovery Act (RCRA). A pre-proposal conference will be approximately Monday, March 4, 2024 at 9:00 AM Eastern Daylight Time via Microsoft Teams using the following link: https://teams.microsoft.com/l/meetup-join/19%3ameeting_YWExMDYzMzMtMDU5Zi00M2M2LThhMWMtNTk0YzA4ZjcyNzM3%40thread.v2/0?context=%7b%22Tid%22%3a%22ed5b36e7-01ee-4ebc-867e-e03cfa0d4697%22%2c%22Oid%22%3a%2235ace42a-71ed-40ef-a0ce-6139175d7f1a%22%7d All questions or responses under the Synopsis/Pre-Solicitation Notice shall be sent to Roger Ammons, Contract Specialist via email (roger.ammons@usda.gov). Please reference solicitation number 12305B23R0003. Telephone requests for information will not be accepted or returned. Contractors are directed to complete all representations and certifications online by registering with the System for Award Management, www.sam.gov. CONTRACTORS MUST HAVE A RECORD SHOWING ""ACTIVE"" IN ORDER TO RECEIVE AN AWARD. Any additional amendments and/or documents related to this procurement will be available electronically on the System for Award Management, www.sam.gov. Contractors will be responsible for downloading their own copy of those documents related to this procurement, if any.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f12b5fe28be45c1964d233e933e47d2/view)
 
Place of Performance
Address: Glenside, PA 19038, USA
Zip Code: 19038
Country: USA
 
Record
SN06938604-F 20240120/240118230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.