Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

J -- Repair and Maintenance of Trane Chillers at Building #21 - Chiller Bid Package

Notice Date
8/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-10-BB25
 
Archive Date
9/22/2010
 
Point of Contact
Mark O Volk, Phone: 309-681-6618, Constance F. Williams, Phone: 3096816118
 
E-Mail Address
mark.volk@ars.usda.gov, connie.williams@ars.usda.gov
(mark.volk@ars.usda.gov, connie.williams@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Chiller Repair Package for Building #21 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation AG-5114-S-10-BB25 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-44. This Solicitation is being issued as a TOTAL SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 811310; small business size standard is $7.0 million. The USDA, ARS, NADC, Ames, IA has a requirement/need for Trane Chiller Repair at Building #21 per attached SOW. TECHNICAL SPECIFICATIONS: See attached information for complete specifications. INFORMATION TO INCLUDED WITH QUOTATIONS - In order to be considered for award Offerors shall provide: 1) Completed SF 1449 (attached), signed and dated with price information for each line item (DUNS number should be included in block 17a along with complete company name and address). 2) 3 to 5 references for the proposed service. References must have received service within the last three (3) calendar years (Government references preferred but will accept commercial references). References provided shall include if possible the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212 3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with this offer (copy is attached) and should be registered at Online Representation and Certification Application (ORCA) website at http://orca.bpn.gov. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The provisions and clauses that apply to this acquisition can be found in full text at http:/acquisition.gov/comp/far/index.html. (NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD.) FOR APPLICABLE FAR CLAUSES AND PROVISIONS REQUIRED IN FULL TEXT - SEE ATTACHMENT. FAR 52.212- 2, EVALUATION COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of Contractor to perform service; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. The Offeror 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 Government's right 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. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Mark O. Volk, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., August 24, 2010. Proposals and other requested documents may be provided by facsimile to (309) 681 6683 or email if desired. Additional information may be obtained by contacting the Contracting Officer at Mark.Volk@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-10-BB25/listing.html)
 
Place of Performance
Address: 1920 N Dayton Ave., Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02245807-W 20100820/100818235949-4910b3eca1b3373cbc941f7b9b3e2ecc (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  © 1994-2020, Loren Data Corp.