Skip to main content

An official website of the United States government

You have 2 new alerts

Zinc Orthophosphate Injection System

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 (Updated)
  • Updated Published Date: Aug 16, 2024 06:55 pm EDT
  • Original Published Date: Jul 29, 2024 04:32 pm EDT
  • Updated Date Offers Due: Sep 15, 2024 05:00 pm EDT
  • Original Date Offers Due: Sep 13, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 30, 2024
  • Original Inactive Date: Oct 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2NE - REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Beltsville , MD 20705
    USA

Description

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to: Zinc Orthophosphate Injection System at BARC, Beltsville, MD.  Work includes installation, startup, testing and commissioning, utility work, demo and relocate existing structure, prefabricated building and other work per documents.

Solicitation 12305B24R0041 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 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.  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 (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M.  Award will be Firm Fixed Price (FFP).  Submit offers only by email to: Jason.robbins@usda.gov.

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

The NAICS Code is 236220, Commercial and Institutional Building Construction.  The small business size standard is $45 million.  PSC: Z2NE Repair or Alteration of Water Supply Facilities.

Magnitude of Construction is between $250,000 and $500,000.

Period of performance is 252 days after receipt of the Notice to Proceed.

Bonds:  Awards exceeding $150,000 require both Payment and Performance Bonds.  Bid bond required, see solicitation.


Site Visit:  An organized site visit will be conducted on August 5, 2024 at 9:00AM and August 8 at 2:00PM Eastern Time.  Meet for the visit at 426 Powder Mill Road, Beltsville, MD 20705.  You may attend either, both, or none.  In order to attend the site visit, you MUST pre-register by 4:00 PM ET on August 2, 2024.  Pre-register by emailing jason.robbins@usda.gov with your company name and the name(s) of the representatives who will attend.  Attendees must bring a Government issued photo ID (Real ID) that is current and valid.

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 Contracting Officer, Jason Robbins, via email to jason.robbins@usda.gov.  Questions must be submitted no later than 4:00 PM ET on August 23, 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.

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

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