SOLICITATION NOTICE
Y -- Orchard Irrigation Upgrade
- Notice Date
- 4/4/2024 9:34:27 AM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 12305B24R0022
- Response Due
- 4/19/2024 1:00:00 PM
- Archive Date
- 05/20/2024
- Point of Contact
- Elizabeth Wilson
- E-Mail Address
-
elizabeth.wilson2@usda.gov
(elizabeth.wilson2@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement at Appalachian Fruit Research Station (AFRS), Kearneysville, WV. Solicitation 12305B24R0022 will be issued as a Request for Proposals (RFP).� The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order.� Interested vendors should reference the solicitation documents for all terms and conditions.� All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation.� No paper solicitation will be available.� This will be evaluated using Lowest Price Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M.� Award will be Firm Fixed Price (FFP). Notice of Set-Aside for Small Business Concerns:� This requirement is a Total Small Business Set Aside. The associated NAICS Code is 237110, Water and Sewer Line and Related Structures Construction.� The small business size standard is $45.0 million. IAW FAR 36.204, the magnitude of this project is between $1,000,000 and $5,000,000. Period of performance is 180 days after receipt of the Notice to Proceed. Bonds:� If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections.� Awards exceeding $150,000 require both Payment and Performance Bonds.� See solicitation details regarding a Bid Bond, which will be required. Site Visit:� An organized site visit will be conducted on April 16, 2024 at 9:00 AM EDT and April 17, 2024 at 2:00 PM EDT.� The site visit will be held at the project location.� In order to attend the site visit, you MUST pre-register by 4:00 PM EDT on April 15.� Pre-register by emailing Elizabeth.Wilson2@usda.gov with the Notice ID, Project Title, your company name and the name(s) of the representatives who will attend.� Attendees must bring a Government issued photo ID that is current and valid. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers.� Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Specialist, via email to Elizabeth.Wilson2@usda.gov.� Questions must be submitted no later than 4:00 PM EST on April 24, 2024.� Answers to all questions received by that time will be posted as an amendment to the solicitation.� No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer.� Telephone requests for information will not be accepted or returned. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7739771fb3e2425c9ca05e6d22cd70fc/view)
- Place of Performance
- Address: WV 25430, USA
- Zip Code: 25430
- Country: USA
- Zip Code: 25430
- Record
- SN07020092-F 20240406/240404230053 (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 |