Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOLICITATION NOTICE

Z -- FY25 Concrete Project - National Animal Disease Center - Ames, Iowa

Notice Date
6/18/2025 11:19:19 AM
 
Notice Type
Solicitation
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
12505B25R0015
 
Response Due
7/7/2025 2:00:00 PM
 
Archive Date
07/22/2025
 
Point of Contact
Tiffany Reval, Phone: 5803180321
 
E-Mail Address
Tiffany.Reval@usda.gov
(Tiffany.Reval@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1 - 1. Added line item - 0005 - Option 4 - Addendum - Building 21 - Sidewalk and Loading Dock Approach 2. Added Attachments - Attachment 20 - Statement of Work - Addendum, Attachment 21 - Addendum - Site Map, Attachment 22 - Addendum - Alt 4 Area 4 Bldg 21 Sidewalk and Dock Approach 3. Site Visits - (b) Site Visits may be arranged during normal duty hours by contacting: Name: Thomas (Tommy) Walker and Tiffany Reval Email: thomas.walker@usda.gov and tiffany.reval@usda.gov No site visit shall be requested after 06/26/2025, site visits must be performed during normal duty hours, and excludes Federal holidays and weekends.The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for FY25 Concrete Project - National Animal Disease Center in Ames, Iowa. 4. RFIs- are due June 30, 2025 at 4:00 PM CT. 5. Solicitation Close Date changed from 6/30/25 to 7/7/25 at 4:00 PM CT. 6. All other terms and conditions remain the same. End of Amendment -------------------- Solicitation 12505B25R0015 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. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 238120, Structural Steel and Precast Concrete Contractors. The small business size standard is $19.0 million. Magnitude of Construction is between $250,000 and $500,000. Period of performance is 180 days after receipt of the Notice to Proceed. Bonds: Bid, Payment, and Performance Bonds are required. Site Visit: Organized site visits are scheduled for June 10, 2025, at 9:00 CDT and June 12, 2025, at 1:00 PM CDT. The site visit will be held at the project location. The same information will be provided at both site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by 11:00 PM CDT on June 5, 2025. Pre-register by emailing tiffany.reval@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for. An email response will be sent confirming your registration. 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 Contract Specialist, Tiffany Reval, via email to tiffany.reval@usda.gov. Questions must be submitted no later than COB CDT on June 18, 2025. 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. Interested offerors must be registered in the System for Award Management (SAM). To register, go to www.sam.gov. Instructions for registering are on the web page (there is no registration fee). The solicitation and associated information will be available only from the Contract Opportunities page at sam.gov. This solicitation is NOT an invitation for bids and there will be NO formal public bid opening. All inquiries must be in writing via email to the persons specified in this solicitation. All answers will be provided in writing via posting to the web. DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to Contracting Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. 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. Information concerning the REE policies and procedures regarding the definitization of equitable adjustments for change orders under construction contracts and the time required for definitization of those actions per 15 U.S.C. 644 is available at https://www.ars.usda.gov/afm/apd/acquisitions/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8acd0b5e0eb0456ab9aaf7af03f857ee/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN07482668-F 20250620/250618230334 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.