IA-UNION SLOUGH NWR-NATIVE SEED COOLER
Looking for contract opportunity help?
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).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jul 01, 2024 06:12 pm EDT
- Original Date Offers Due: Jul 24, 2024 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 08, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: N041 - INSTALLATION 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:
Description
U.S. Fish and Wildlife Service, Union Sough NWR, IA, has a requirement for a walk in seed cooler with installation located at Iowa DNR Prairie Resource Center, 2820 Brushy Creek Rd, Lehigh, IA. The anticipated performance period is from 9/1/2024 - 11/1/2024
This Request for Quotation (RFQ) 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 2024-05. The NAICS code is 333415 and the small business size standard is 1250 in number of employees. Wage Rate WDOL 2015-4991 applies and is attached to this solicitation.
All responsible small business sources may submit a quote, which shall be considered by the agency. Award will be made as a firm-fixed-price contract. The basis of award is the Lowest Price Technically Acceptable (LPTA), see technical acceptability requirement below. The vendor that submits the lowest priced quote, meeting the technical acceptability requirement, will be awarded the contract. Award will be made to a responsible source pursuant to FAR subpart 9.1
Technical Acceptability: The quotes for this project will be evaluated on the following factors:
1. Three years past performance in installing walk-in coolers or refrigeration projects
2. Refrigeration equipment and walk in cooler must meet minimum specifications or as close to specifications in the statement of work
3. Must show necessary HVAC licensing for the state of Iowa
For site visit requests please contact the Contracting officer at: Thomas_ikner@fws.gov
Contractor must submit documentation of applicable technical acceptability with their quote.
Please submit your quotation (showing unit and total price) on company letterhead or the enclosed pricing form with SAM.gov UEI code and 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.
Solicitation Questions Due: 7/11/2024 to Thomas_ikner@fws.gov
Quotes Due: 7/24/2024
E-Mail Quote Submission: Thomas_ikner@fws.gov
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.
Attachments/Links
Contact Information
Contracting Office Address
- FWS, SAT Team 1 5275 Leesburg Pike
- Falls Church , VA 22041
- USA
Primary Point of Contact
- Ikner, Thomas
- thomas_ikner@fws.gov
- Phone Number 0000000000
Secondary Point of Contact
History
- Aug 24, 2024 12:04 am EDTAward Notice (Original)
- Aug 08, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)