SOLICITATION NOTICE
J -- Installation of AC in greenhouse
- Notice Date
- 6/17/2022 11:56:51 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405b22q0111
- Response Due
- 7/2/2022 2:00:00 PM
- Point of Contact
- Kelly Bero
- E-Mail Address
-
Kelly.Bero@usda.gov
(Kelly.Bero@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a pre-solicitation announcement for the U. S. Department of Agriculture, Agricultural Research Service, USDA ARS, 1100 Allen Toussaint Blvd. New Orleans, LA 70124. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or about 15 days after this synopsis is posted to the Contract Opportunities website at https://beta.sam.gov/ for project, Install A/C for the fourth bay in the Greenhouse for cooling and heating The USDA is seeking a qualified Contractor to provide work to be done consisting of furnishing all labor, materials, and equipment and performing all work in strict accordance with specifications for performing all work necessary to Install A/C for the fourth bay in the Greenhouse for cooling and heating. This project is to install A/C for the 4th bay in the New Greenhouse where corn will be grown year around. The optimum temperature should be 80-85 degrees F. Outside temp in summer will be around 105 deg F and in cooler months it can dip to low 30s deg F. The work required by this project is as follows:� �The AC should maintain temp from 78-80 degrees F for the fourth bay (700 sq ft) in the greenhouse for successfully growing corn year around. The following specifications apply: The packaged A/C Unit should be 2-speed belt-driven with cooling capacity of at least 290,000 Btu (using refrigerant R-410-A) and gas heating with at least 320,000 Btu. The AC should be powered by volts/Ph/HZ - 208/3/60. The whole unit should be mounted on a weather-proof slab (14� x 14�) and mounted on vibration -free galvanized steel frame. Ducts should be extended into bay -4 for uniform dispersal of cold/hot air. Control mechanisms are available at the Headhouse (MicroGrow control) All components should be American-made and compliant to industry standards. A Request for Quotation (RFQ) will be issued on this Contract Opportunities website on or about 15 days after this synopsis notice is posted .� Completion Time:� Within 60 consecutive calendar days after Notice to Proceed.� Within 14 calendar days after Contract Award, the Contractor shall provide the Government with a detailed schedule of dates on which the Contractor plans to accomplish the work.� Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified ""competent person"" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. This construction project is a total set-aside for Small Business firms (SB). The North American Industry Classification Code (NAICS) for this procurement is 238220. In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the magnitude of this contract project is between $100,000 and $250,000.� The government intends to award a Firm Fixed Price Contract in July 2022.� This notice is for informational purposes only and is not a request for submission of offers.� No other information regarding scope, dates, etc. is available until issuance of the solicitation on https://beta.sam.gov/.�� As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at the Contract Opportunities website (https://beta.sam.gov/) on or about 15 days after this synopsis notice is posted, with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and proposal due date, will be available in the solicitation.� No other site shall be used to obtain these documents. All interested offeror's (prime contractors & subcontractors) should register at www.SAM.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the SAM.gov website. Offerors are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments and should re-visit the SAM website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA. REGISTRATIONS:� Prospective contractors must have a DUNS number, shall be registered and active in the System for Award Management database and have completed their electronic annual Representations and Certifications at http://www.sam.gov, .� Prospective contractors shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer and shall have completed the VETS-4212 report at: http://www.vets4212.dol.gov (if applicable). Address ALL questions in WRITING ONLY to the issuing office via email to Kelly.Bero@USDA.gov. �NO telephone inquiries will be accepted.� No other information regarding scope, dates, etc. is available until issuance of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec9b5b5257ff43cfbc924f7568d8bc2e/view)
- Place of Performance
- Address: New Orleans, LA 70124, USA
- Zip Code: 70124
- Country: USA
- Record
- SN06362105-F 20220619/220617230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |