Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

Z -- Replace Polycarbonate Glazing Greenhouse #4

Notice Date
7/6/2020 9:47:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12305B20R0008
 
Response Due
8/14/2020 2:00:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
Jason Robbins, Phone: 309-681-6118
 
E-Mail Address
jason.robbins@usda.gov
(jason.robbins@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 to: Replace Polycarbonate Glazing, Greenhouse #4 at the Robert W Holley Center (RWHC) in Ithaca, NY.� WORK: Replace glazing and all associated accessories on Greenhouse #4.� Base is roof panels only and option is all other panels, to include doors and other items. Solicitation 12305B20R0008 is issued as a Request for Proposals (RFP).� The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order.� 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 Best Value Trade-Off process, see solicitation for evaluation factors and submission requirements, sections L and M.� Award will be Firm Fixed Price (FFP). Notice of Set-Aside for Small Business Concerns:� This requirement is a Total Small Business Set Aside. The associated NAICS Code is 238150, Glass and Glazing Contractors.� The small business size standard is $16.5 million. Magnitude of Construction is between $25,000 and $100,000. Period of performance is 60 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. Site Visit:� An organized site visit will be conducted on 21 JULY at 1:30pm and 23 JULY at 9:00am Eastern Time.� The site visits will be held at the project location: Robert W Holley Center, 538 Tower Rd, Ithaca, NY 14853.� In order to attend the site visit, you MUST pre-register by Close of Business on July 20, 2020.� Pre-register by emailing jason.robbins@usda.gov with your company name and the name(s) of the representatives who will attend.� Attendees must bring a Government issued photo ID that is current and valid. 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. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Jason Robbins, via email to jason.robbins@usda.gov.� Questions must be submitted no later than 4:00 PM EDT on July 30, 2020.� Answers to all questions received by that time will be posted as an amendment to the solicitation.� No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer.� 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.� The products should first be acquired from the USDA designated product categories.� All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products.� Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e2b1704b99014a069a7ff8d77dc84b1c/view)
 
Place of Performance
Address: Ithaca, NY 14853, USA
Zip Code: 14853
Country: USA
 
Record
SN05712076-F 20200708/200706230148 (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  © 1994-2020, Loren Data Corp.