Skip to main content

An official website of the United States government

You have 2 new alerts

Epoxy Floor Coating

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 07, 2024 07:33 pm CDT
  • Original Published Date: Jul 19, 2024 04:50 pm CDT
  • Updated Date Offers Due: Aug 13, 2024 04:00 pm CDT
  • Original Date Offers Due: Aug 09, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 28, 2024
  • Original Inactive Date: Aug 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7220 - FLOOR COVERINGS
  • NAICS Code:
    • 238330 - Flooring Contractors
  • Place of Performance:
    Athens , GA 30605
    USA

Description

Amendment 2: Photos and Room dimensions added to attachments; Building not accessible at this time

Amendment 1: Site visit has been scheduled for Tuesday, August 6, 2024 10am ET. Contact at arrival is Teddy Laguins. Solicitation is extended until Tuesday, August 13, 2024.

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 12405B24Q0368 and is issued as a request for quotation (RFQ). The NAICS code is 238330- Flooring Contractors. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-05. 

The USDA, ARS, National Poultry Research Center in Athens, GA requires professional services of a new high performance epoxy flooring system based on the building specification requirements at the SEPRL site per the attached SOW (Statement of Work).

Please include the solicitation number, 12405B24Q0368, in all email communications, or your quote may not be considered.

SITE ADDRESS: U.S. National Poultry Research Center

934 College Station Road

Athens, Georgia 30605

A site visit will be scheduled for the week of July 29th. Date will be added to solicitation once confirmed.

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. 

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 on overall BEST VALUE to the Government.

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. All questions regarding this solicitation should be emailed to the Contracting Officer no later than 12:00PM CST on August 2, 2024. 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 9, 2024. Quotations are to be addressed to Melissa Santos, Contract Specialist, at melissa.santos@usda.gov. Additional information may be obtained by contacting the Contract Specialist by email.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History