Building 154, Air Compressor Replacement, Ames, IA

expired opportunity(Expired)
From: Federal Government(Federal)
12505B22R0025

Basic Details

started - 15 Sep, 2022 (19 months ago)

Start Date

15 Sep, 2022 (19 months ago)
due - 15 Sep, 2022 (19 months ago)

Due Date

15 Sep, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
12505B22R0025

Identifier

12505B22R0025
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29565)AGRICULTURAL RESEARCH SERVICE (9114)USDA ARS MWA AAO ACQ/PER PROP (1536)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (15)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

9/15/2022: Site visit sign in sheet uploaded.******************************************************************************************9/8/2022: Amendment 02 is posted to incorporate the Q&As; add a site visit on September 13, 2022 at 9am CT; extend the Q&A period to 2pm CT on September, 14, 2022; and extend the solicitation closing date to September 15, 2022 at 2pm CT.  All other terms and conditions remain unchanged.********************************************************************************************8/23: Site visit sign in sheets uploaded.  No attendees 8/17.********************************************************************************************AMENDMENT 01 dated 8/16/2022: The purpose of this Amendment is to upload the project drawings.  All other terms and conditions remain unchanged.********************************************************************************************** The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a
requirement for a Bldg 154 - Air Compressor Replacement located in Ames, IA.Solicitation 12505B22R0025 is issued as a Request for Proposals (RFP).  The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price contract.  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.Notice of Set-Aside for Small Business Concerns:  This requirement is 100% Small Business Set Aside.The associated NAICS Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors.  The small business size standard is $16.50 million.Magnitude of Construction is estimated to be between $500,000 and $1,000,000.Period of performance is 365 days after receipt of the Notice to Proceed to include inspection and punch list.Site Visit:  Organized site visits are scheduled for Wednesday, August 17, 2022 at 1:00 PM CT and Thursday, August 18, at 9:00 AM CT.  The site visit will be held at the project location.  The same information will be provided at all site visits, so offerors only need to attend one.  In order to attend the site visit, you MUST pre-register by close of business on August 16,2022.  Pre-register by emailing melissa.grice@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for.  An email response will be sent confirming your registration. ****ADDED SITE VISIT ON SEPTEMBER 13, 2022 AT 9AM CT.  ALL THOSE INTERESTED IN ATTENDING NEED TO REGISTER BY COB ON SEPTEMBER 12, 2022 BY FOLLOWING THE INSTRUCTIONS LISTED ABOVE****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 Contract Specialist, Melissa Grice, via email to melissa.grice@usda.gov.  Questions must be submitted no later than 2PM CT ON SEPTEMBER 14, 2022.  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. Interested offerors must be registered in the System for Award Management (SAM).  To register go to www.sam.gov.  Instructions for registering are on the web page (there is no fee for registration).The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov.This solicitation is NOT an invitation for bids and there will be NO formal public bid opening.  All inquiries must be in writing via email to the persons specified in this solicitation.  All answers will be provided in writing via posting to the web. DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source.  Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading.  This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to this solicitation.  Websites are occasionally inaccessible, due to various reasons.  The Government is not responsible for any loss of internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages.  The Government will not issue paper copies.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.

Ames ,
 IA  50010  USALocation

Place Of Performance : N/A

Country : United StatesState : IowaCity : Ames

You may also like

AIR HANDLER 2 R22 SCREW COMPRESSOR #1 REPLACEMENT

Due: 30 Aug, 2024 (in 4 months)Agency: USDA, DEPARTMENTAL ADMINISTRATION

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode Z1AAMAINTENANCE OF OFFICE BUILDINGS