SOLICITATION NOTICE
Z -- Replace HVAC Units - Biological Control of Insects Research Laboratory
- Notice Date
- 8/17/2025 2:21:12 PM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA25R0077
- Response Due
- 9/2/2025 9:00:00 AM
- Archive Date
- 09/17/2025
- Point of Contact
- Angela B. Wingert, Phone: 3015041181
- E-Mail Address
-
angela.wingert@usda.gov
(angela.wingert@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The USDA, Agricultural Research Service, intends to issue a Request for Proposal (RFP) for Replacement of the Replacement of Heating, Ventilation, and Air Conditioning (HVAC) Mini Split System Units at the Biological Control of Insects Research Laboratory (BCIRL) located in Columbia, Missouri. REQUIREMENT: The contractor shall provide all labor, tools, material, equipment, and supervision for the Replacement of HVAC Units in accordance with the statement of work, specifications, and drawings. BASE AND OPTIONAL ITEMS: Base Item: Replacement of HVAC Units in Four Lower Level Laboratories Option 001: Replace One HVAC Unit - Ground Floor Laboratory Option 002: Replace One HVAC Unit - Ground Floor Laboratory Option 003: Replace One HVAC Unit - Ground Floor Laboratory Option 004: Replace HVAC Unit - Isolation Room GENERAL: The contract performance time is approximately 210 calendar days from the issuance of the Notice to Proceed. The North American Industry Classification System (NAICS) code is 238220 � Plumbing, Heating, and Air-Conditioning Contractors, with a size standard of $19 million. This procurement is being issued as a Total Small Business Set Aside utilizing the negotiated method by issuing a Request for Proposal (RFP). The contract will be awarded, based on the Lowest Price Technically Acceptable. The Government reserves the right to conduct discussions for the purpose of clarifications of an offeror�s proposal. Bid Bonds are required. Performance and Payment Bonds will be required of the successful offeror. It is anticipated that the solicitation documents, to include attachments and a drawing, will be available for viewing and downloading at www.sam.gov, on or about September 2, 2025. The solicitation and all amendments for the RFP will be posted on www.sam.gov. There will be an option to schedule a Site Visit. Specific details will be included in the solicitation that is posted. Proposals are due on or about September 17, 2025, by 12:00 p.m., EST., via electronic format. All proposals shall be emailed to angela.wingert@usda.gov. All format requirements outlined in the solicitation shall be followed for electronic submission. All proposals must be received in electronic format by the date and time specified. All responsible sources may submit a proposal which will be considered. It is the responsibility of the contractor to check www.sam.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror�s inability to access the documents posted at the referenced website. No copies on electronic storage (USBs, DVDs, CDs, etc...) or hard copies will be made available. If an offeror would like to be listed so that others can see that the offeror is an interested vendor, the offeror must click the �Add Me to Interested Vendors� button in the listing for this solicitation on www.sam.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee1373867caf4ea2b848089a03a336c4/view)
- Place of Performance
- Address: Columbia, MO 65203, USA
- Zip Code: 65203
- Country: USA
- Zip Code: 65203
- Record
- SN07553890-F 20250819/250817230042 (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 |