Skip to main content

An official website of the United States government

You have 2 new alerts

12905B24Q0051 - Head House Roof Replacement USDA-ARS-PWA Prosser WA

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: Presolicitation (Updated)
  • Updated Published Date: Feb 29, 2024 08:36 am PST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 29, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Wapato , WA 98951
    USA

Description

THIS IS AN INFORMATIONAL NOTICE ONLY

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for the removal/replacement of the Head House roof at Prosser WA. The Contractor shall provide all labor, equipment, materials, supplies, transportation, and supervision performing all required work in accordance with the plans and specifications for this requirement.  In accordance with Federal Acquisition Regulation (FAR) 36.204 the magnitude of this construction project is between $25,000.00 and $100,000.00.

USDA will issue a Firm Fixed Price Construction Contract.  The Request for Quotation (RFQ), 12905B24Q0051, may be issued on or around 14 March 2024.

The requirement will be 100% Total Set-Aside for Small Businesses, under NAICS Code 238160 with a size standard of $19M.

Completion timeframe for the resulting contract is to be determined. The RFQ will be accessible via https://sam.gov/ in the “Contracting Opportunities” section.

Potential Offerors are responsible for monitoring this site for release of the RFQ package and any amendments. All offerors shall be registered with the System for Award Management Registration per FAR Clause 52.204-7 and 52.204-8. No paper copies of the solicitation will be mailed and telephone requests will not be honored.

Pursuant to FAR 36.211(b), information regarding USDA’s definitization of equitable adjustments for change orders under construction contracts may be found at Contracting with USDA | USDA. USDA’s procedures that apply to the definitization of equitable adjustments for change orders under construction contracts may be found in the USDA Contracting Desk Book, located at Policies & Regulations | USDA, under Parts 436 and 443.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History