Replace Chiller

Agency: AGRICULTURE, DEPARTMENT OF
State: Mississippi
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
NAICS Category:
  • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 17, 2023
Due Date: Mar 31, 2023
Solicitation No: 12405B23Q0128
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Replace Chiller
Active
Contract Opportunity
Notice ID
12405B23Q0128
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 17, 2023 02:00 pm CDT
  • Original Published Date: Feb 28, 2023 01:04 pm CST
  • Updated Date Offers Due: Mar 31, 2023 04:00 am CDT
  • Original Date Offers Due: Mar 10, 2023 04:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 15, 2023
  • Original Inactive Date: Mar 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Oxford , MS 38655
    USA
Description View Changes

This solcitiation is being extended due to some changes with the statement of work that is forth coming.



The new statement of work will be updated soon.





This solicitation has been extended until 03/17/2023. Question are now due by 3:00 PM on 03/15/2023.



An additional NAICS code that can be used is 238220 ( Plumping, Heating, and Air-Conditioning Contractors), with a small business size standard of $16.5 Million.



This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation number 12405B23Q0128 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing), with a small business size standard of 1,250 Employees.

USDA ARS NSL



598 McElroy Drive



Oxford, MS 38655





Is looking for procurement of Chiller Replacement that fits into the associated Statement of Work.





A site visit is scheduled for Friday, March 3, 2023, at 10:00. Please provide the name of the company and the names of personnel requesting to attend to lynn.hults@usda.gov by Thursday, March 2, 2023, no later than 4PM CST.





The Government anticipates award of a Firm Fixed Price contract.

Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work.

Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).

Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting



Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions



Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes – Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically.

Quotes must be received no later than Friday, March 10, 2023, 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday, March 8, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Feb 28, 2023[Combined Synopsis/Solicitation (Original)] Replace Chiller
Mar 7, 2023[Combined Synopsis/Solicitation (Updated)] Replace Chiller
Mar 9, 2023[Combined Synopsis/Solicitation (Updated)] Replace Chiller
Mar 28, 2023[Combined Synopsis/Solicitation (Updated)] Replace Chiller

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Status Accepting Bids Bid Date5/2/24 10:00am Company & Contacts City of Tupelo Traci

City of Tupelo

Bid Due: 5/02/2024

Follow Fuel Barge 9601 Fuel Recovery Active Contract Opportunity Notice ID W912EE24Q0018 Related

DEPT OF DEFENSE

Bid Due: 5/03/2024

Follow Renew Chill Water Piping Insulation, Renew Bulkhead Insulation and Conduct Bulkhead Repairs

Federal Agency

Bid Due: 12/19/2024

Procurement Details Smart Number 13302-20240405075157 NLCWA Const Advertised Date 04/08/2024 12:00 PM RFx

State Government of Mississippi

Bid Due: 5/07/2024