Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOLICITATION NOTICE

54 -- Greenhouse Replacement

Notice Date
5/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
 
ZIP Code
31793
 
Solicitation Number
RFQ-11-4389-07
 
Archive Date
7/13/2011
 
Point of Contact
Thomas D. Maze, Phone: 229-386-3496
 
E-Mail Address
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-11-4389-07 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 97-09. FAR 52.219-6 Notice of Total Small Business Set-A-Side is applicable to this acquisition. The NAICS code is 332311. The small business size standard is 500 employees. STATEMENT OF WORK FOR BUILDING 42 GREEN HOUSE, USDA ARS TIFTON GEORGIA 31793 •A. General •1. Demo existing 1940's Lord and Burnham wood and glass greenhouse down to existing concrete block knee wall. •2. Install new greenhouse and all greenhouse fixtures on existing 48 inch high knee wall. •3. Pre-bid inspection of facility is recommended but not mandatory. •B. Scope of work •1. Contractor shall remove existing wood and glass greenhouse structure and all associated equipment from the existing knee wall structure and shall dispose of or recycle all material. •2. Contractor shall install a new fully functional greenhouse on existing knee wall foundation. Greenhouse shall be constructed of extruded aluminum frame set on 24 inch centers covered with a minimum of 3 millimeter thick tempered glass from peak to knee wall. Greenhouse shall be designed to meet a minimum of 80 mph wind load and a 30 pound live load in accordance with the UBC Building Code. Aluminum Commercial grade Double doors with heavy duty closer shall be installed on each gable end of the greenhouse. •3. Contractor shall install an automated evaporative cooling system consisting of a cooling pad wall, louvered wall vents, ridge vents, water holding tank, water circulation system and exhaust fans sized to maintain greenhouse environment within 5 degrees of wet bulb temperature. •4. Contractor shall install a natural gas heating system that will provide a minimum 50 degree temperature rise (indoor over outdoor). •5. Contractor shall install 4 horizontal circulation fans •6. An I-GROW 800 VCS environmental controller with temperature and humidity sensor shall be installed to control all heating, cooling and ventilation. •7. Current knee wall foundation is 48 inches high, 507 inches long, 259.5 inches wide and has a75.5 inch opening on each gable end for the doors. Total floor area is 913 square feet. •C. Contractor Responsibilities •1. Contractor shall be responsible for providing all material and labor, including electricity and plumbing, to complete a fully functional greenhouse in accordance with the statement of work. •2. Contractor shall recycle all material that is deemed to be recyclable. All recycled material shall be weighed and a record kept of all recyclable materials. •3. Contractor shall provide a performance bond in an amount equal to 1.5 times the contractors original bid for this job •4. Contractor shall be registered in the Central Contractor Registry and ORCA ( www.bpn.gov/ccr and orca.bpn.gov ) •5. Contractor shall provide proof of General Liability Insurance in an amount equal to at least twice the contractors bid •6. Contractor shall provide proof of workers compensation for every employee on the job site. •7. Contractor shall submit certified payroll to the contracting officer or his representative on a weekly basis. •8. Contractor shall leave the job site in same or better condition it was in when job was started. All trash, debris and excess material shall be disposed of upon job completion. •9. Davis-Bacon Act applies see General Decision Number: GA100304 dated 12/31/2010. •10. Estimated Cost $60,000-$80,000 •11. Delivery shall be FOB Destination. •12. Evaluation of quotations will be made based on price and specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the government. •13. 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 transfer. •14. This solicitation incorporated the following FAR clauses, provisions and addendums: •15. 52-204-7 Central Contractor Registration - To win an award, vendor MUST be registered. •16. 52-212-1 Instructions to Offerors-Commercial item. •17. 52-212-3 Offeror Representations and Certification-Commercial items: Completed the annual representations and certifications electronically at http://orce.bpn.gov. •18. 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. •19. 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. •20. Vendor MUST send descriptive literature. The contractor 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 rights 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. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, June 28, 2011 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. Bids can be accepted by E-Mail ( Tom.Maze@ars.usda.gov ). The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ-11-4389-07/listing.html)
 
Place of Performance
Address: 2056 Moore Highway, Tifton, Georgia, 31794, United States
Zip Code: 31794
 
Record
SN02459260-W 20110529/110527234411-ba56af9b87fe469f56f0c93453cf2dc1 (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.