Skip to main content

An official website of the United States government

You have 2 new alerts

Procure & Install Two (2) Lean-To Shelters

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 (Updated)
  • Updated Published Date: Aug 30, 2022 02:16 pm CDT
  • Original Published Date: Aug 24, 2022 01:36 pm CDT
  • Updated Date Offers Due: Aug 31, 2022 03:00 pm CDT
  • Original Date Offers Due: Aug 31, 2022 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 15, 2022
  • Original Inactive Date: Sep 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2GD - REPAIR OR ALTERATION OF OPEN STORAGE FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Tifton , GA 31793
    USA

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR 12.603 Streamlined solicitation for commercial products or commercial services, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

The solicitation number is 12405B22Q0436 is issued as a request for quotation (RFQ).  This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-06.

This requirement is solicited as a total small business set-aside and the associated NAICS code is 236220 and the small business size standards is $39.5M.

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Southeast Area (SEA), Southeast Watershed Research, Tifton, GA location has a requirement for providing and installing two (2) 20x35 lean-to storage shelters one on each side of tractor storage shelter located at USDA, ARS, Jones Farm.  Work is to be performed in strict accordance as detailed in attached Statement of Work (SOW).

MAGNITUDE OF CONSTRUCTION: Less than $25,000

Base bid:  Provide all equipment, labor, and materials necessary (including dumpster/container if applicable) to:

  • Provide and install two (2) 20x35 Red Iron Lean To Shelters at USDA Jones Farm/Bid Option:  Aluminum square tube framing
  • Provide and install 26ga. metal roof (USDA green in color)
  • Provide mechanism to anchor supplied structure into existing location
  • Provide all quotations as turn-key completed work
  • Work shall be accomplished in accordance with all local, state, and federal codes and regulations

Site Visit.  Bidders are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted.  The site visit shall be for the purpose of observing firsthand any conditions relevant to the completion of this project.  No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. 

To arrange a site visit, please contact Lee Willis at (229)392-6747 or lee.willis@usda.gov.

Project location:  USDA, ARS, SEA, Jones Farm, 488 Carpenter Rd, Tifton, GA 31793

FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document.  Additionally, other contract requirements and terms/conditions can be located in the same document.

Quotation Due Date.  Quotations should be emailed only to Monte Jordan at monte.jordan@usda.gov by Wednesday, August 31, 2022, no later than 3:00 p.m. Central Time (CT).  No Late quotations will be accepted.

In order to be considered for award Offerors should provide:

  • Fully completed and signed SF 1442 Offer page providing solicitation number; Acknowledgement of solicitation amendments (SF-30) if any by completing blocks 15A, B, and C of SF-30.
  • Provide SAM Unique Entity Identifier (UEI) Number.
  • Quotation on company letterhead detailing the item description, unit price per item, shipping/handling/delivery costs, and total price.  Quotation must be valid for at least 60 days after receipt of quotation.  All quotations/proposals shall be in an unlocked MS Word format and all cost proposals shall be detailed and presented in an unlocked MS Excel format with formulas working.

Failure to provide the required information in the requested format may result in quotation not being considered for award.

Questions.  All questions pertaining to this solicitation must contain reference to the solicitation number.  All questions will only be addressed in writing only via email to monte.jordan@usda.gov on or before Monday, August 29, 2022, by 3:00 p.m. Central Time (CT).  Telephone inquiries will not be accepted.

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting a quotation.  Registration is free and you may register online at www.sam.gov.

Any amendment and documents related to this requirement will be available electronically at the Government Point of Entry (GPE), SAM.gov.  Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.

Amendment 0001 issued to answer questions submitted by interested contractors.

  • Q1.  Are there any height requirements and are side walls required?  Can you send a pin location of the actual tractor shed that these two shelters will be erected next to?
  • A1.  Height next to shed is 12ft, the max height for lean to (side away from bldg. is 11ft 4in, 6in drop pitch on roof line.
  • Q2.  Per OSHA rules only the company that installed the shelter can do the new shelter because it is not free standing, can you provide me with the provider prior vendor?
  • A2.  Not aware of any OSHA rules stating such.  We don’t have any information as to who put up the original shelter.

Contact Information

Contracting Office Address

  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA

Primary Point of Contact

Secondary Point of Contact





History