Agency: | |
---|---|
State: | Oregon |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | Mar 18, 2024 |
Due Date: | Apr 17, 2024 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
COMBINED SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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.
The solicitation number is 12905B24Q0031 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-03 effective February 23, 2024. Service Contract Labor Standards Wage Determination Number 2015-5567, Revision 21 effective December 25, 2023 for Benton county, OR is applicable and is attached.
This solicitation is issued as a total small business set aside. The associated NAICS code is 238220 and the small business size standard is $19 million.
List CLINS, item descriptions, quantities and units of measure:
CONTRACT LINE ITEMS
CLIN 001 Annual Preventative Maintenance in May, Inspection in June and Inspection in September for HVAC system at Forage Seed and Cereal Research Unit (FSCRU) in Corvallis, OR in 2024
CLIN 0002 Annual Preventative Maintenance in May, Inspection in June and Inspection in September for HVAC system at National Clonal Germplasm Repository (NCGR) in Corvallis, OR in 2024
CLIN 1001 Annual Preventative Maintenance in May, HVAC Inspection in June and HVAC Inspection in September for HVAC system at FSCRU in Corvallis, OR in 2025
CLIN 1002 Annual Preventative Maintenance in May, Inspection in June and Inspection in September for HVAC system at National Clonal Germplasm Repository (NCGR) in Corvallis, OR in 2025
CLIN 2001 Annual Preventative Maintenance in May, HVAC Inspection in June and HVAC Inspection in September for HVAC system at FSCRU in Corvallis, OR in 2026
CLIN 2002 Annual Preventative Maintenance in May, HVAC Inspection in June and HVAC Inspection in September for HVAC system at National Clonal Germplasm Repository (NCGR) in Corvallis, OR in 2026
CLIN 3001 Annual Preventative Maintenance in May, HVAC Inspection in June and HVAC Inspection in September for HVAC system at FSCRU in Corvallis, OR in 2027
CLIN 3002 Annual Preventative Maintenance in May, HVAC Inspection in June and HVAC Inspection in September for HVAC system at National Clonal Germplasm Repository (NCGR) in Corvallis, OR in 2027
CLIN 4001 Annual Preventative Maintenance in May, HVAC Inspection in June and HVAC Inspection in September for HVAC system at FSCRU in Corvallis, OR in 2028
CLIN 4002 Annual Preventative Maintenance in May, HVAC Inspection in June and HVAC Inspection in September for HVAC system at National Clonal Germplasm Repository (NCGR) in Corvallis, OR in 2028
Description/Statement of Work/Specification:
Please see the attached Statement of Work
Date(s) and place(s) of delivery and acceptance:
These services are to be performed at the USDA, ARS at 3459 SW Campus Way in Corvallis, OR 97331. Services shall start on May 1, 2024 and be completed by April 30th of the following year.
FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.
Evaluation:
For the evaluation criteria, please see the attached RFQ terms and conditions.
Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 online and that it is up-to-date and valid. See the attached RFQ terms and conditions for more requirements.
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.
There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.
Date, time and place offers are due.
Offers are due by April 17th, 2024 at 1pm PDT.
Submit offers to the following e-mail address(es), by the offer due date and time:
Shelley.Steen@usda.gov
Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.
Any and all questions regarding this solicitation shall be submitted in writing to Shelley Steen no later than April 5, 2024 at 1pm PDT.
A site visit has been scheduled for March 29th, 2024 at 10am PDT. This site visit is intended to give prospective offerors the opportunity to familiarize themselves with the location and to gauge the scope of work required of the contract. Prospective attendees SHALL email Shelley Steen at shelley.steen@usda.gov with the attendee's full name as it appears on a Government-issued picture ID (which must be presented at the time of the site visit) and citizenship status; and their company name, physical address, email address, and phone number. The deadline for requesting a site visit is Monday, March 25, 2024. Failure to comply with the registration instructions above will result in denial of access to the location and/or participation in site visit activities.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Bid Solicitation: S-10700-00010220 Responses Due in 6 Days, 8 Hours, 53 Minutes Header
State Government of Oregon
Bid Due: 5/02/2024
Bid Solicitation: S-34000-00010177 Responses Due in 20 Days, 22 Hours, 53 Minutes Header
State Government of Oregon
Bid Due: 5/13/2024
Follow INSTALLATION OF ACCESS CONTROL SYSTEMS Active Contract Opportunity Notice ID 75H71324Q00045 Related
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Bid Due: 5/07/2024
Follow Bradford Island Service Building PRQ Switchgear Upgrade Active Contract Opportunity Notice ID
DEPT OF DEFENSE
Bid Due: 4/30/2024