Skip to main content

An official website of the United States government

You have 2 new alerts

Emergency Well Replacement Chatsworth NJ

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: Sep 11, 2024 05:45 am EDT
  • Original Published Date: Sep 03, 2024 01:42 pm EDT
  • Updated Date Offers Due: Sep 13, 2024 09:00 am EDT
  • Original Date Offers Due: Sep 13, 2024 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 28, 2024
  • Original Inactive Date: Sep 28, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F015 - NATURAL RESOURCES/CONSERVATION- WELL DRILLING/EXPLORATORY
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Chatsworth , NJ 08019
    USA

Description

Changes

Questions and Answers added to attachments.

End of Changes

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for a well replacement at USDA, ARS, Philip E. Marucci Center for Blueberry and Cranberry Research, 125a Lake Oswego Road, Chatsworth, NJ 08019.

Solicitation 12305B24R0047 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, 15, 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 will be evaluated using lowest price technically acceptable, see solicitation for evaluation factors and submission requirements, sections L and M. 


Notice of Set-Aside for Small Business Concerns:  This requirement is a Total Small Business Set Aside.

The associated NAICS Code is 237110 Water and Sewer Line and Related Structures Construction.  The small business size standard is $45.0 million.

Magnitude of Construction is less than $25,000.

Period of performance is as follows:

14 days after award issuance.


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. The site visit will be conducted Monday, September 9, 2024, 9:00 AM ET. Send an email to Jim Polashock, james.polashock@usda.gov, by Friday, September 6, 2024, 12:00 PM ET (Noon), if you plan to attend. Participants will meet at the entrance of the main building. See FAR Clause 52.236-27 in the solicitation for more details.

All questions regarding this solicitation must be submitted in writing to the Contracting Specialist, Roger Ammons, via email to roger.ammons@usda.gov.  Questions must be submitted no later than 5:00 PM ET on September 10, 2024.  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.

Contact Information

Contracting Office Address

  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA

Primary Point of Contact

Secondary Point of Contact





History