Skip to main content

An official website of the United States government

You have 2 new alerts

Building Abatement Services- Bldg. 11- Charleston, SC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 22, 2022 12:15 pm CDT
  • Original Date Offers Due: Aug 10, 2022 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 25, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Charleston , SC 29414
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B22Q0290 and is issued as a request for quotation (RFQ). The NAICS code is 562910- Remediation Services- Environmental Remediation Services. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2022-06. 

The USDA, ARS, US Vegetable Laboratory (USVL), 2700 Savannah Highway, Charleston, SC 29414, has a requirement for building abatement services.

The contractor shall provide all resources necessary to accomplish the services described in this Statement of Work (SOW). Work includes but is not limited to knowledge of abatement, labor, abatement PPE, removal, and disposal per environmental guidelines. Building 11 is one-story, “U” shaped, stucco masonry, with flat roof and raised basement. There are no windows. A set of double doors, currently mothballed, provides access to the building on the east façade.  

Please see the attached Statement of Work for further details.

Any quotes not meeting the minimum specifications will not be considered. 

DELIVER TO: USDA, ARS, US Vegetable Laboratory (USVL), 2700 Savannah Highway, Charleston, SC 29414.

If a site visit is required, please contact Mr. Robert Simmons at robert.simmons@usda.gov or (843) 906-0333 to schedule. 

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.

The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.

QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. 

DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. 

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov. 

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based low price, technically acceptable.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 4:00 p.m. central standard time, August 10, 2022. Quotations are to be addressed to Jessica Pacheco, Contract Specialist, at jessica.pacheco@usda.gov. Additional information may be obtained by contacting the Contract Specialist by email.

Questions regarding this solicitation will not be answered after 2:00 p.m. central standard time, August 4, 2022.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History