Safety Shower and Emergency Eye Wash Upgrade, Ithaca
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: Solicitation (Updated)
- Updated Published Date: Aug 18, 2023 09:11 am EDT
- Original Published Date: Aug 08, 2023 02:08 pm EDT
- Updated Date Offers Due: Sep 18, 2023 03:00 pm EDT
- Original Date Offers Due: Sep 07, 2023 03:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 03, 2023
- Original Inactive Date: Sep 22, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1DB - MAINTENANCE OF LABORATORIES AND CLINICS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Ithaca , NY 14853USA
Description
***** Ammendment 001 Issued *****
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) issues this Request for Proposals (RFP) for a firm fixed-price construction contract to: Safety Shower and Emergency Eyewash Upgrade, Robert W. Holley Center for Agriculture and Health (RWHC), Ithaca, NY 14853
SPECIFICATIONS and DRAWINGS ARE AVAILABLE. See Attached
The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and rated 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. See solicitation for evaluation factors and submission requirements, sections L and M. Award will be Firm Fixed Price (FFP).
The associated NAICS Code is 236220, Commercial and Institutional Building Construction. The small business size standard is $39.5 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 Proposals will be evaluated using a Lowest Price Technically Acceptable source selection process. Potential offerors will be invited to submit their technical, past performance, and price information as described in the Solicitation, for review and consideration by the Government. The selection process will evaluate such factors (not necessarily in order): Past Performance, Technical which includes Management & Experience, and Price. Pro Forma information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.
The Government intends to award a Firm-Fixed Price Contract to the responsible Offeror conforming to the request for proposal that is determined to be the best value to the Government. The Government will utilize the Best Value Tradeoff process to evaluate the proposals. The three factors the Government will evaluate are Past Performance, Technical, and Price. The Technical factor will have three sub-factors – Similar Experience in a Laboratory Setting, Management and Operations, and Use of BioBased Products.
Magnitude of Construction is between $500,000 and $1,000,000.
Period of performance is 180 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. A bid bond is required.
*****SITE VISIT: An organized site visit has been scheduled for- Friday 09/01/2023 at 10:00am*****
Participants will meet at - Jobsite
Site Visit Contact
Mike Merchant
Facilities Operations Specialist
USDA-ARS
Robert W. Holley Center
For Agriculture & Health
538 Tower Road
Ithaca, N.Y. 14853
607-255-9739 Ithaca Office (Not In On Thursdays)
607-342-3380 Cell
michael.merchant@usda.gov
All questions regarding this announcement must be submitted in writing to the Contracting Officer, via email to Mark.Volk@usda.gov NLT 09/05/2023. 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 an Award/solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the Offeror to check the website daily for any updates/amendments. Offerors 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 an Offeror ineligible for award. The SAM website can be accessed at www.sam.gov/portal/SAM.
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 Volk
- Mark.Volk@usda.gov
Secondary Point of Contact
- Dilynn Rogers
- dilynn.rogers@usda.gov
- Phone Number 3015043691
History
- Oct 05, 2023 11:55 pm EDTSolicitation (Updated)
- Aug 18, 2023 09:11 am EDTSolicitation (Updated)
- Aug 16, 2023 08:36 am EDTSolicitation (Updated)
- Aug 08, 2023 02:08 pm EDTSolicitation (Original)
- Aug 04, 2023 11:55 pm EDTPresolicitation (Original)