Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2025 SAM #8528
SOLICITATION NOTICE

Y -- Orchard Irrigation Project

Notice Date
3/31/2025 9:39:30 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B25R0018-Pre
 
Response Due
4/15/2025 9:00:00 AM
 
Archive Date
04/30/2025
 
Point of Contact
Elizabeth Wilson
 
E-Mail Address
elizabeth.wilson2@usda.gov
(elizabeth.wilson2@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement at Appalachian Fruit Research Station (AFRS), Kearneysville, WV. Solicitation 12305B25R0018 will be issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price contract. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. This will be evaluated using Lowest Priced Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M. Award will be Firm Fixed Price (FFP). A solicitation will be released on or around April 15, 2025. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 237110, Water and Sewer Line and Related Structures Construction. The small business size standard is $45.0 million. IAW FAR 36.204, the magnitude of this project is between $1,000,000 and $5,000,000. Period of performance is 180 days after receipt of the Notice to Proceed. Bonds: If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections. Awards exceeding $150,000 require both Payment and Performance Bonds. See solicitation details regarding a Bid Bond, which will be required. Site Visit: An organized site visit will be conducted and is estimated to be May 1st at 9:00AM and May 2nd at 2:00PM ET. The site visit will be held at the project location. In order to attend the site visit, you will be required to pre-register. Details will be in the solicitation once posted. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. Telephone requests for information will not be accepted or returned. Biobased Products: 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 Bio Preferred SM 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; Executive Order (EO) 13514, �Federal Leadership in Environmental, Energy and Economic Performance,� dated October 5, 2009; EO 13423, �Strengthening Federal Environmental, Energy, and Transportation Management,� dated January 24, 2007; and Presidential Memorandum, �Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement,� dated February 2012 to provide biobased products. The Contractor shall utilize products and material made from biobased materials (e.g., biobased greases; biobased hydraulic fluids, biobased absorbents) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. It is desirable that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db529cf152564dac9ef9a090fa51c673/view)
 
Place of Performance
Address: Kearneysville, WV 25430, USA
Zip Code: 25430
Country: USA
 
Record
SN07391735-F 20250402/250331230045 (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.