Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOURCES SOUGHT

J -- Mechanical, Electrical, Plumbing (MEP) IDIQ - Pacific West Area

Notice Date
12/17/2024 1:15:54 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B25SS00003
 
Response Due
1/13/2025 12:00:00 PM
 
Archive Date
01/28/2025
 
Point of Contact
Robert Skipper, Michael Hassett
 
E-Mail Address
robert.skipper@usda.gov, michael.hassett@usda.gov
(robert.skipper@usda.gov, michael.hassett@usda.gov)
 
Description
Type of Notice: Sources Sought Title: Sources Sought (SS) Notice 12905B25SS00003 for USDA ARS Pacific West Area - Mechanical, Electrical, Plumbing (MEP) IDIQ Background and Site Description The Agricultural Research Service (ARS) is the U.S. Department of Agriculture�s chief scientific in-house research agency. Our job is finding solutions to agricultural problems that affect Americans every day from field to table. The performance of these activities results in the need for repair and maintenance, alteration, and/or new Modernization construction projects for its research laboratory facilities. With 47 research units at 21 locations, and several additional worksites, where ARS employees are located throughout eight states (Hawaii, Washington, Oregon, California, Idaho, Nevada, Arzona and Utah), the Pacific West Area (PWA) is the largest and most diverse of the eight Areas in ARS. For more information on the PWA go to https://ars.usda.gov/pacific-west-area/. Description of Work This requirement would be for an area-wide Mechanical, Electrical, Plumbing (MEP) Indefinite Delivery � Indefinite Quality (IDIQ) contract. Fixed-price task orders would be issued off this contract for Hazardous Waste Disposal throughout the PWA service area. The contractor shall provide Mechanical, Electrical, Plumbing services. Following is only an example of what types of MEP services that would be included, but not limited to under coverage of the IDIQs: Cooling tower installation Heating, ventilation, and air-conditioning (HVAC) contractors Duct work (e.g., cooling, dust collection, exhaust, heating, ventilation) installation Lawn sprinkler system installation Fire sprinkler system installation Mechanical contractors Fireplace, natural gas, installation Refrigeration system (e.g., commercial, industrial, scientific) installation Furnace installation Sewer hookup and connection, The resultant contract could cover the entire area or be divided into geographical areas. Multiple IDIQs could be awarded and task orders competed among contract holders. The results of this sources sought will help determine the best geographical acquisition strategy and small business set-aside, if any. The anticipated ceiling of the entire IDIQ is $5,000,000.00 for five one-year ordering periods. This is a Sources Sought (SS) Notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This SS is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute a Request for Proposal (RFP). This requirement is covered under NAICS code 238220. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; small disadvantaged businesses; or large businesses. It will also serve to ascertain the ability of Mechanical, Electrical, Plumbing (MEP) companies to serve the entire PWA or parts of it. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government. Capability Statement All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. Capability statements shall include the Contractors contact point to discuss their response. The capability statement should include: Acknowledgement the company is legally licensed to provide hazardous waste removal services. Indication of their size standards in accordance with the Small Business Administration. At least three previous requirements that were performed within the PWA that are within the scope of this requirement; include a discussion of the contract type, delivery method, duration, etc. Indicate which of the eight states, if not all, that encompass the USDA ARS PWA that the company�s legally able and willing to perform services in. Include the firm�s SAM Unique Entity ID (UEI) number and cage code. Any other information considered relevant to this requirement. The Government requests that no proprietary, classified, confidential, or sensitive information should be included in the response. Responses are limited to one digital pdf submission not to exceed ten (10) pages. Please use the email subject line �Sources Sought USDA ARS PWA Mechanical, Electrical, Plumbing (MEP) Services IDIQ�. Any Contractor responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After review of the responses received, a solicitation may be published on SAM.gov depending on the responses received. All responses to this SS must be received by the notice�s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this inquiry. Do not submit pricing information in response to this SS. The notice POC is Robert Skipper: Robert.skipper@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/588fa16731fb449490211661b56af571/view)
 
Place of Performance
Address: Albany, CA 94710, USA
Zip Code: 94710
Country: USA
 
Record
SN07295121-F 20241219/241217230124 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.