Skip to main content

An official website of the United States government

You have 2 new alerts

Wellington Barn Cold Room Retrofit

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 24, 2023 11:15 am EDT
  • Original Published Date: Jul 18, 2023 11:52 am EDT
  • Updated Date Offers Due: Aug 29, 2023 04:00 pm EDT
  • Original Date Offers Due: Aug 25, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 13, 2023
  • Original Inactive Date: Sep 09, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2EZ - REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS
  • NAICS Code:
    • 236210 - Industrial Building Construction
  • Place of Performance:
    Geneva , NY 14456
    USA

Description

8.24.23:  Add Solicitation Amendment, SF30. Answers RFI questions (Q and A).  Solicitation closing date has been extended to Aug 29, 2023, at 4:00pm ET. 

This is a Small Business Set-Aside.

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

This is a solicitation for Construction prepared in accordance with the format in FAR Subpart 15 and 36.. This announcement constitutes the only solicitation; proposals are being requested.

                (ii) This solicitation number, and all attachments are issued as a Request for Proposal (RFP).

                (iii) The solicitation document contains incorporated provisions and clauses in effect through Federal Acquisition Circular FAR FAC 2023-04 June 2, 2023.

                (iv) The associated NAICS code is 236210 and size standard is $45.0 mil.

                (v)  Solicitation details are found in the Statement of Work/Specifications documents.

                (vi) The United States Department of Agriculture (USDA), Agriculture Research Service, Plant Genetics Research Unit (PGRU),

(vii) Performance location: Geneva, NY.

                (viii) Provision at 52.215-1 Instructions to Offerors-Competitive Acquisition, applies to this acquisition.

                (ix) 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/Specifications

(b)        Submit Firm Fixed Price proposal (on company letterhead) detailing services, total price of all line items (and any options) and valid for at least 60 days after receipt of proposal.

(c)        Submit Unique Entity ID & DUNS# with proposal.

REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal 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 52.204-19 Incorporation by Reference of Representations and Certifications, uploaded on Sam.gov by the time proposals are due.

               See attached for additional applicable clauses and provisions.

                (xiv) All questions regarding this announcement must be submitted in writing to the Contracting Specialist, via email to tiffany.pimble@usda.gov by: See Solicitation documents. Telephone requests for information will not be accepted or returned. Proposals are due are due: See Solicitation documents. by email to, Tiffany Pimble at tiffany.pimble@usda.gov.

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.

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