Refinish Epoxy Floors at NLAE, Ames IA
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: Solicitation (Updated)
- Updated Published Date: Jul 14, 2022 09:13 am CDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 29, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Ames , IA 50011USA
Description
Clarification - 07/14/2022
See attached revised 3rd floor drawing. Additionally, a Two part epoxy with flake and topcoat is what is required.
End of clarification.
******************************************************************************************************
Amendment 03 - 7/01/2022
The purpose of this amendment is to incorporate the questions and answers through 7/01/2022 and extend the solicitation closing date to 7/14/2022 at 2:00pm CT. All other terms and conditions remain unchanged.
***************************************************************************************************
Amendment 02 - 6/17/2022
The purpose of this amendment is to post the site visit sign in sheets and incorporate the following drawings:
1) 12505B22R0010_DWG_Soil_First Floor (1 page)
2) 12505B22R0010_DWG_Soil_Second Floor (1 page)
3) 12505B22R0010_DWG_Soil_Third Floor(1 page)
All other terms and conditions remain unchanged.
*******************************************************************************************************
Amendment 01 - 6/2/2022:
The purpose of this amendment is to incorporate the as-built Drawings.
The following attachment is added:
Attachment 8 is added and titled: NLAE 1989 AS-BUILT Divison 10 HVAC (6 pages)
All other terms and conditions remain unchanged.
*********************************************************************************************
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for Refinish Epoxy Floors at NLAE.
Solicitation 12505B22R0010 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 13 and 36 and will be incorporated in the awarded firm-fixed price contract. 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.
This requirement is solicited as a Total Small Business set aside.
The associated NAICS Code is 238330, Flooring Contractors. The small business size standard is $16.50 million.
Magnitude of Construction is estimated to be between $25,000 and $100,000.
Period of performance is 75 days after receipt of the Notice to Proceed to include inspection and punch list.
Site Visit: Organized site visits are scheduled for June 14, 2022 at 1:00 PM CT and June 15, 2022 at 10:00 AM CT. Face coverings must be worn at all times. The COVID-19 Vaccine Attestation form must be presented upon entry to the site visit. The site visit will be held at the project location. The same information will be provided at all site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by 2:00 PM CST on June 13, 2022. Pre-register by emailing melissa.grice@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, Melissa Grice, via email to melissa.grice@usda.gov. Questions must be submitted no later than 2:00 PM CST on June 21, 2022. 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 fee for registration).
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 Contract 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.
Contact Information
Primary Point of Contact
- Missy Grice
- melissa.grice@usda.gov
- Phone Number 9706314559