Pasture Systems & Watershed Management Research Unit (PSWMRU) Replace Roof, Bldg 7
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: Jun 16, 2022 04:07 pm EDT
- Original Published Date: May 18, 2022 03:53 pm EDT
- Updated Date Offers Due: Jun 23, 2022 03:00 pm EDT
- Original Date Offers Due: Jun 08, 2022 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jul 08, 2022
- Original Inactive Date: Jun 23, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1DB - CONSTRUCTION OF LABORATORIES AND CLINICS
- NAICS Code:
- 238160 - Roofing Contractors
- Place of Performance: Klingerstown , PA 17941USA
Description
***** Amend 003 Issued*****
*****Amend 002 Issued*****
****Amend 001 Issued*****
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) intends to issue a Request for Quotes (RFQ) for a firm fixed-price construction contract to: Replace Roof, Bldg 7 Pasture Systems & Watershed Management Research Unit (PSWMRU)
31 Watershed Road Klingerstown, PA 17941.
The anticipated requirement is issued under RFP 12305B22Q0068.
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 order. Interested vendors should reference the solicitation documents for all terms and conditions. No paper solicitation will be available.
The associated NAICS Code is 238160, Roofing Construction. The small business size standard is $16.5 million.
Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside.
The Government intends to award one (1) firm fixed-price contract.
SELECTION PROCESS: The Quotes will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection. The most important factor is price. The technical evaluation factors which consist of the Technical Approach Narrative, Key Personnel Experience, Past Performance Experience and Project Schedule are of equal importance. All technical evaluation factors other than cost or price, when combined, are significantly less important than cost or price.
Magnitude of Construction is between $100,000 and $250,000.
Period of performance is 120 days after receipt of the Notice to Proceed.
Bonds: If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections. Awards exceeding $150,000 require both Payment and Performance Bonds. See solicitation details regarding a Bid Bond.
BID GUARANTEE: A bid guarantee is required in an amount not less than 20 percent of the proposed price but shall not exceed $3,000,000 (for proposals of $35,000 or more). Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of proposals, shall require rejection of the proposal in all cases except those listed in Federal Acquisition Regulation (FAR) 28.101-4.
SITE VISIT: A site visit can be arranged during the solicitation period for the project. Details regarding the site visit will be available from.
Technical POC: Terry Troutman
Email:terry.troutman@usda.gov
Phone: 570-556-6546
USDA-ARS
31 Watershed Road, Klingerstown, PA 17941
All questions regarding this announcement must be submitted in writing to the Contracting Officer, Mark O. Volk, via email to Mark.Volk@usda.gov. Telephone requests for information will not be accepted or returned.
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.
DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest.
The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://beta.sam.gov/.
All interested firms must be registered on Contract Opportunities web site in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the Contractor to check the website daily for any updates/amendments. Contractors are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation.
IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make a Contractor ineligible for award. The SAM website can be accessed at www.Beta.sam.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
- BELTSVILLE , MD 20705
- USA
Primary Point of Contact
- Mark O. Volk
- mark.volk@usda.gov
- Phone Number 3096816618
Secondary Point of Contact
- Dilynn Rogers
- dilynn.rogers@usda.gov
- Phone Number 3015043691
History
- Jul 08, 2022 11:55 pm EDTSolicitation (Updated)
- Jun 14, 2022 01:16 pm EDTSolicitation (Updated)
- Jun 08, 2022 12:18 pm EDTSolicitation (Updated)
- Jun 08, 2022 10:20 am EDTSolicitation (Updated)
- May 18, 2022 03:53 pm EDTSolicitation (Original)