Skip to main content

An official website of the United States government

You have 2 new alerts

Mold Remediation Services. *UPDATED * Site Visit Info and RFI Q&A.

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: Feb 22, 2023 07:53 pm EST
  • Original Published Date: Feb 14, 2023 12:35 pm EST
  • Updated Date Offers Due: Feb 23, 2023 04:00 pm EST
  • Original Date Offers Due: Feb 21, 2023 03:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 10, 2023
  • Original Inactive Date: Mar 08, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Beltsville , MD 20705
    USA

Description

Update 2.22.23:  Mold Remediation Report.  Report provided to USDA Beltsville by Hayes Microbial Consulting. See attachment. 

----------------------------

Update 2.15.23: Please review and print additional attachment containing Site Visit and RFI Q&A.

-------------------------------

This is a Small Business Set-aside. 

Please read the attached Combined Synopsis Solicitation and attachments in their entirety.  Quotes should be submitted on company letterhead, in a pdf file format.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

                (ii) The solicitation number and a statement that the solicitation is issued as a Request for Quotation (RFQ).

                (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2023-01 December 30, 2022.

                (iv) This requirement is set-aside for: 100% Small Business. The associated NAICS code is 562910 and size standard is $25.0 million.  

                (v)  See attached document Statement of Work

                (vi) The United States Department of Agriculture (USDA), Agriculture Research Service, Safety, Occupational Health and Environmental Staff (SOHES) Office.

 (vii) Performance location: Beltsville, Md.

                (viii) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

                (ix) Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract.

In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:

(a)        Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work.

(b)        Submit Firm Fixed Price quotation (on company letterhead) detailing services, total price of all line items (and any options) and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.

(c)        Submit SAM.gov Unique Entity ID and or DUNS# on quotation.

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

                (x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on Sam.gov by the time quotes are due.

                (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

                (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached clauses for additional applicable clauses.

                (xiv) All questions regarding this announcement must be submitted in writing to the Contracting Specialist, via email to tiffany.pimble@usda.gov by TWO DAYS BEFORE THE SOLICITATION CLOSING DATE. Telephone requests for information will not be accepted or returned. Quotes are due SEE MAIN POSTING PAGE by email to, Tiffany Pimble at tiffany.pimble@usda.gov.

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 https://www.biopreferred.gov/BioPreferred/  for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.

-End-

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