SOLICITATION NOTICE
N -- HVAC REPLACEMENT
- Notice Date
- 8/13/2025 9:12:57 AM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- PPQ PCN IDAHO FALLS ID IDAHO FALLS ID 83402 USA
- ZIP Code
- 83402
- Solicitation Number
- 1156077
- Response Due
- 8/27/2025 10:00:00 AM
- Archive Date
- 09/11/2025
- Point of Contact
- TODD BIERL, Phone: 6123363465
- E-Mail Address
-
todd.k.bierl@usda.gov
(todd.k.bierl@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOW USDA APHIS PPQ Pale Cyst Nematode (PCN) Program, HVAC System and Installation A. STATEMENT OF WORK The USDA Animal and Plant Health Inspection Service (APHIS) Plant Protection and Quarantine Services (PPQ) in Idaho intends to secure an HVAC system for the PCN Program Viability Testing Laboratory, replacement for non-working system. The work shall be done in strict compliance with the specifications provided by the Contracting Officer Representative and the terms, specifications, conditions, and provisions of this solicitation and Statement of work. USDA APHIS will solicit for an HVAC system contractor separately. This solicitation is for an HVAC system. The Contractor shall be required to provide the product under this contract as early as to be decided, or upon official notification by the Contracting Officer. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the U.S. Federal Government in either its sovereign or contractural capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. In this acquisition, the Government will obtain the lowest price technically acceptable by using the lowest price technically acceptable source selection process to evaluate quotes as defined in FAR 15.101-2; i.e., as an approach where the best value is expected to result from selection of the technically acceptable product with the lowest evaluated price. In this approach proposals are evaluated for acceptability but not ranked using the non-cost/price factors. The minimum technical factors are: 1. HVAC System to include: a. HVAC system and installation replacement of current unit Franklin ARUF182416BA b. space is ~250 Square ft 22x11x8 with 72� mean temp which calculates to: � Cooling:0.5 tons (7000 BTU) � Heating 10000 BTU output/ effective BTU�s c. Duct return drop re-use existing d. Duct base can up to 3 ton e. 5� Minimum efficiency reporting value 11 filter f. Electrical-hook up to existing electrical g. New Thermostat and new wiring h. Provide new line set (tubes that connect outdoor unit to indoor unit.) i. Pad new: need to level and prepare ground j. Condensate pump up to 25� k. Pad for HP with metal stand l. Air handler m. 5KW heat strip n. Coil install in straight plenum o. Remove old furnace basic electric B. CONTRACTOR RESPONSIBILITY 1. The Contractor shall remove and dispose of old furnace and furnish and install new HVAC system in accordance with provisions of this solicitation, except as shown under Government obligations. C. TECHNICAL SPECIFICATIONS 1. The Contractor shall furnish and install an HVAC system in accordance with the minimum technical factors specified in this solicitation. GOVERNMENT RESPONSIBILITY The Government will: A. Provide address of the APHIS PPQ PCN program Office where the product will be installed. C. Payment For Product and installation: Pay the Contractor for the HVAC system and installation providing that the following conditions are met: 1. Invoice shall show the minimum technical factors specified in this solicitation. 2. Upon inspection of the product and installation, APHIS PPQ Staff find that the product and installation meet the minimum technical factors specified in this solicitation. 3. Invoices shall be forwarded to the billing address shown on Block 18B of the Standard Form 1449 (Award/Contract). D. Failure to comply with the above conditions may result in a delay in payment. ADDRESS: USDA APHIS PPQ PCN 2281 W. HEYREND WAY IDAHO FALLS ID 83402 POC OF FACILTY: Denise Olson APHIS PPQ Director - Pale Cyst Nematode (PCN) Program Denise.L.Olson@usda.gov Main Line: 208-522-2431 Cell: 208-206-2319 Contracting Officer: Todd K. Bierl (Major Program Contracting Officer) Emergency Acquisition Marketing and Regulatory Program Business (MRPBS) Acquisition and Asset Management Division (AAMD) Acquisition Branch Animal and Plant Health Inspection Service (APHIS) Office#(612)336-3465 Cell# (612)500-1321/(763)286-8084 Must be current on SAM.GOV registration Quote no Longer than 50 pages
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/438a231fc0ec43f4a1741552fd0eda87/view)
- Place of Performance
- Address: Idaho Falls, ID 83402, USA
- Zip Code: 83402
- Country: USA
- Zip Code: 83402
- Record
- SN07548869-F 20250815/250813230048 (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 |