SOLICITATION NOTICE
J -- Delivery and installation of a temperature and humidity control/monitoring system for an existing walk-in cooler
- Notice Date
- 9/8/2025 7:25:29 AM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- MRPBS MINNEAPOLIS MN MINNEAPOLIS MN 55401 USA
- ZIP Code
- 55401
- Solicitation Number
- 12639525Q0191
- Response Due
- 9/11/2025 7:00:00 AM
- Archive Date
- 09/26/2025
- Point of Contact
- Matthew Phillips, Phone: 4793018811
- E-Mail Address
-
matthew.phillips3@usda.gov
(matthew.phillips3@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Background: The U.S. Department of Agriculture (USDA) intends to issue a firm fixed-price Purchase Order for contractor-provided services to complete the delivery and installation of a temperature and humidity control/monitoring system for an existing walk-in cooler at the USDA, Agricultural Marketing Service (AMS), Cotton and Tobacco (C&T) Classing Office located in Florence, South Carolina in accordance with the Statement of Work submitted by the Contractor and accepted by the Government for award. Florence CLASSING OFFICE 1725 Range Way Florence, SC 29501-1118 The Contractor must furnish all labor, materials, equipment, parts, permits, insurance, supervision and transportation necessary to perform all services outlined within the Statement of Objectives. This procurement will be a 100% total small business set-aside in accordance with FAR 52.219-6. The NAICS code for this requirement is NAICS code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (2022 NAICS), with a Small Business Administration (SBA) size standard of $12.5 Million. The applicable Product Service Code (PSC) is J041. Site Visit: A site visit for this solicitation will be conducted on Tuesday, August 26, 2025, at 10:00 a.m. EDT at the USDA, AMS, C&T Florence Classing Office located at 1725 Range Way , Florence, SC 29501-1118. VENDORS MUST SEND AN E-MAIL TO GEREMY MOORE (geremy.moore@usda.gov) PRIOR TO August 26th TO RSVP FOR THE SITE VISIT. Attendance to the site visit is not a mandatory prerequisite of submitting a quotation in response to this solicitation, though Vendors are encouraged to make an on-site, in-depth review of the facility, equipment, job requirements, etc. prior to submitting a quotation. Vendors will not be reimbursed for any time or costs associated with attending the optional site visit. Questions: Vendor questions must be submitted to Matthew Phillips (Matthew.Phillips3@usda.gov) by 5:00 p.m. EDT Wednesday, August 27, 2025. Questions submitted after that time/date will be answered at the discretion of the USDA. Evaluation of Quotes: The following factors will be utilized to evaluate quotations: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be issued to the Vendor whose quote is determined to provide best value to the Government, price and other (technical) factors considered. Technical factors, including the Statement of Work (Factor 1) and Experience & Past Performance (Factor 2), when combined, are significantly more important than cost or price (Factor 3). Factor 1, Statement of Work: This Factor considers the Statement of Work provided by the Vendor. The Vendor must provide a Statement of Work, not-to-exceed five (5) pages in length, to specifically address how they will accomplish the scope of services required within the Statement of Objectives. Additionally, the Statement of Work must specify the time it will take to complete all work required. Factor 2: Experience and Past Performance � Experience and Past Performance will be evaluated for all projects submitted to demonstrate similar experience to ascertain the probability of successfully delivering the required objectives as outlined within the Statement of Objectives. The past performance evaluation will be specifically based upon the satisfactory completion of services performed compared to the services required under this solicitation, the record of conforming to contract requirements and standards of good workmanship, and the commitment to customer satisfaction. The Past Performance evaluation will also consider any past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that performed major or critical aspects of the requirement when such information is relevant. For joint ventures, past performance records of both firms will be considered. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Factor 2 Instructions - Vendors must use �Attachment 2 � Vendor Experience & Past Performance Sheet� and include a minimum of two (2) but no more than five (5) references for experience with projects of the same or similar service and magnitude. Each project must have been performed within the past five (5) years from the date of this solicitation. Vendors must complete the �Customer Identification� section within the attachment for each project referenced. Note: In the case of a Vendor without a record of relevant past performance or for whom information on past performance is not available, the Vendor�s quotation will not be evaluated favorably or unfavorably on past performance. Factor 3, Price Quotation: Vendors must submit their price quotations by utilizing the Attachment 1 � Vendor Quotation Sheet attached to this solicitation. The Vendor must only fill in the shaded areas of the pricing template. Miscellaneous Documents: This is not an evaluation factor. However, failure to submit completed, required documents may result in the Vendor being considered non-responsive and eliminated from further consideration. Quotation Submissions must include the following: Attachment 1 � Vendor Quotation Sheet (completed); Attachment 2 - Vendor Experience Sheet (completed); Attachment 3 - Vendor FAR Representations Solicitation 12639525Q0191 (Miscellaneous Document) Statement of Work (must not exceed 5 pages in length); Standard Form 1449 (Complete blocks 17a., 30a., 30b., and 30c.); Signed Standard Form 30 for any amendments issued for this solicitation. The resulting award will be a Firm Fixed-Price purchase order. The Government may use various price analysis techniques and procedures to evaluate price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). THIS REQUIREMENT DOES NOT INCLUDE OPTIONS. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Instructions to Vendors: All Vendors must be registered in the System for Award Management (www.sam.gov). The Vendor�s SAM.gov Unique Entity Identifier (UEI) must be specified within the quotation (Attachment 1). The UEI will be utilized to obtain the Contractor�s SAM.gov Federal Contractors Registration within the System for Award Management (SAM) at http://www.sam.gov, in accordance with Federal Acquisition Regulation (FAR) 52.204-7. The Contractor�s registration within SAM must be current and active in SAM at time of quote and award. The online SAM Certification and Representations for business size determination must qualify as a small business in accordance with the applicable NAICS code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (2022 NAICS), with a Small Business Administration (SBA) size standard of $12.5 Million. The applicable Product Service Code (PSC) is J041. Please note that registering in the SAM database is free of charge. Free SAM registration assistance can be obtained by calling the help desk toll free at 866-606-8220. Vendors must submit the following documents to the Contract Specialist, Matthew Phillips via e-mail at Matthew.Phillips3@usda.gov prior to the closing time/date of the solicitation as stated within SAM.gov. Please be aware that the size of the email may take longer to send. If over 2MB, you may need to send more than one email. Please make sure that you receive an email back from the Contract Specialist stating that it has been received: Completed and signed copy of SF1449 (Posted as an attachment with the solicitation on www.sam.gov). Standard Forms (SF) 30 (If any Amendments are issued) Completed Attachment 1 � Vendor Quotation Form Completed Attachment 2 - Vendor Experience and Past Performance Sheet Completed Attachment 3 - Vendor FAR Representations Solicitation 12639525Q0191 (Miscellaneous Document)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0152ba4251e4c75a65eced70aa77690/view)
- Place of Performance
- Address: Florence, SC 29501, USA
- Zip Code: 29501
- Country: USA
- Zip Code: 29501
- Record
- SN07581570-F 20250910/250908230041 (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 |