SOLICITATION NOTICE
41 -- 41--OR IRRIGON FISH HATCHERY HVAC
- Notice Date
- 5/16/2025 11:10:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- FWS, CONSTRUCTION A/E TEAM 3 Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FC325Q0021
- Response Due
- 5/28/2025 9:00:00 AM
- Archive Date
- 06/12/2025
- Point of Contact
- Anderson, Terrence, Phone: 682-294-0280
- E-Mail Address
-
terrence_anderson@fws.gov
(terrence_anderson@fws.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. U.S. Fish and Wildlife Service, Irrigation Fish Hatchery, Oregon has a requirement for a project procuring the replacement of the office visitor center HVAC system. The current system is over 25 years old and over the past 5 years has had constant breakdowns and repairs. The construction magnitude is estimated between $25,000 to $36,000.00. 100% performance bonds and payment bonds will be required The office is located: USFWS - Irrigation Fish Hatchery 74135 Riverview Lane Irrigon, Oregon OR 97844 The anticipated performance period is from June 1st, 2025, through June 30th, 2025. Wage Rates: General Wage Rate Decision Number: OR20250011 (02/28/2025) State: Oregon County: Lake, Malheur, Morrow, Sherman, Umatilla, Union, Wallowa, Wasco and Wheeler Counties in Oregon. This Request for Proposal (RFP) is a TOTAL SMALL BUSINESS SET ASIDE and is conducted under the procedures of FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular 2024-03. The NAICS code is 238220 and the small business size standard is $19.0m. Instructions to offeror: All responsible small business sources shall review all documentation and submit a proposal, which shall be considered by the agency. The contractor must show within the proposal relevant experience by demonstrate the ability to successfully complete as followed; all state and local law; provides appropriate licensed and certified within the state of Oregon for HVACs with replacement/installation and disposal with proposal. Furthermore, see statement of work and attachments for additional details to create technical approach to the standard Award that will be made as a firm-fixed-price contract. The basis of contract will be on technical approach and Price, as acceptability for this requirement below. Award of the contract will be made to a responsible source pursuant to FAR subpart 9.1. Please submit your proposal with solicitation document (showing unit and total price) on company letterhead; Pricing Form; SAM.gov UEI code; point of contact phone number and e- mail address. Refer to FAR provision 52.212-1 Instructions to Offerors � Commercial Items for additional submission guidance and include a copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items with applicable sections completed. Bonds: A bid bond is not required. Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds. Bonds are due no later than 10 calendar days after award. Due to the project magnitude, both payment and performance bonds will be required. Format for Proposals: 1. Proposals shall be 8 ��x 11� 2. A page is defined as one face of a sheet of paper containing information 3. Typing shall not be less than 12 pitches (Times New Roman/Ariel/Etc.), 1-inch border, no artistic script fonts for readability 4. Elaborate formats, bindings or color presentations are not desired or required Instructions for Proposal Submission: Format for Proposals: 1. Proposals shall be 8 ��x 11� 2. A page is defined as one face of a sheet of paper containing information 3. Typing shall not be less than 12 pitches (Times New Roman/Ariel/Etc.), 1-inch border, no artistic script fonts for readability 4. Elaborate formats, bindings or color presentations are not desired or required Please ensure the following items are submitted by the solicitation due date: 1. Signed Solicitation (SF1442)�Complete and sign the solicitation form (e.g., SF 1442) by an authorized representative. 2. Signed Amendments (SF30)�Acknowledge and sign all solicitation amendments. 3. Technical Proposal�Include all required technical documents per the solicitation instructions. 4. Price Proposal�Submit a complete and accurate price proposal. Any and all questions shall be submitted via email only; no verbal questions will be accepted. Please be sure to include the solicitation number in your proposal and in the subject line of any email submitted. E-Mail Submission for Questions & Proposals: terrence_anderson@fws.gov Site Visit: 12:00 PM 1:00 PM PST, Thursday, May 8, 2025 Question Deadline Date: 12:00 PM PST, Friday, May 9, 2025 Proposal Due: TO: 12:00 pm PST Friday, May 19, 2025 FROM:(CHANGED) 12:00 PM PST Wednesday, May 28, 2025 Solicitation Package: � SF1449 - Solicitation � Pricing Form � Clauses & Provisions (Terms and Conditions) Wage Rate Determination � Statement of Work (SOW) � Three (3) Attachments In order to have a quote considered for award, respondent must be registered at the System for Award Management (SAM) website (https://www.sam.gov ) as an active vendor by the time an award decision is necessary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ff6bd1337b4349acb42b81f051c0ef42/view)
- Record
- SN07446224-F 20250518/250516230048 (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 |