SOLICITATION NOTICE
J -- Install Boiler Controls
- Notice Date
- 1/26/2024 1:31:48 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B24R0006
- Response Due
- 2/27/2024 1:00:00 PM
- Archive Date
- 03/13/2024
- Point of Contact
- Huron W. Virden
- E-Mail Address
-
huron.virden@usda.gov
(huron.virden@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; proposals are being requested, and a written solicitation will not be issued. The solicitation number is 12405B24P0006 and is issued as a request for proposal (RFP). �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 2024-01.� The USDA-ARS-SEA, U S National Poultry Research Center (USNPRC) in Athens, GA. has a requirement to remove existing controls and install a new Fireye Nexus micro modulation control system on two (2) 350 HP Cleaver-Brooks boilers located at the USNPRC Building 2. �The work includes but is not limited to:� Provide all labor, supervision, equipment and materials required for the removal of existing controls and installation of a new Fireye Nexus micro modulation control system on two (2) 350 HP Cleaver-Brooks boilers; as per attached Statement of Work (SOW). ��The contractor shall provide a detailed proposal and cost breakdown for the entire project including submittals for proposed equipment and materials.� � Any proposals not meeting the specifications as referenced in the SOW, will not be considered.���������������������������������������������������������������������������������������������������������������������������������������������� DOCUMENTS TO BE INCLUDED IN PROPOSAL: ��In order to be considered for award Offerors shall provide 1) a detailed proposal and cost breakdown for the entire project including submittals for proposed equipment and materials and 2) detailing the item description, specifications, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of proposal; and 3) 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 PROPOSAL: �Failure to demonstrate compliance will be caused to reject the proposal without further discussions. ��All responsible small businesses 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.� 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 proposal. 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 proposal must respond by 3:00 p.m. Central Standard Time, February 27, 2024.� �Proposals are to be addressed to Huron Virden, at huron.virden@usda.gov � Place of Performance: USDA-ARS-SEA- U S National Poultry Research Center 950 College Station Road Athens GA 30605 Primary Point of Contact: Huron Virden Contracting Officer Huron.virden@usda.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9edcd2ff27540c1ab2e3b6b322821d5/view)
- Place of Performance
- Address: Athens, GA 30602, USA
- Zip Code: 30602
- Country: USA
- Zip Code: 30602
- Record
- SN06946647-F 20240128/240126230044 (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 |