Greenhouse Repair-Houma, LA.

expired opportunity(Expired)
From: Federal Government(Federal)
12405B24R0009

Basic Details

started - 02 Apr, 2024 (25 days ago)

Start Date

02 Apr, 2024 (25 days ago)
due - 05 Apr, 2024 (22 days ago)

Due Date

05 Apr, 2024 (22 days ago)
Bid Notification

Type

Bid Notification
12405B24R0009

Identifier

12405B24R0009
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29609)AGRICULTURAL RESEARCH SERVICE (9125)USDA ARS SEA AAO ACQ/PER PROP (1941)
[object Object]

SetAside

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

Attachments (7)

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.

Amendment 02 - is being entered to answer questions.Amendment 01 - Revised SoW-03/11/24This is a combined synopsis/solicitation for commercial goods and commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number is 12405B24R0009 and is issued as a request for proposal (RFP). The NAICS code is 236220 – Commercial and Institutional Building Construction Contractors. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-02. The USDA-ARS-SEA, Sugarcane Research Center in Houma, LA. has a requirement to repair it’s Bayouside Greenhouse. The work includes but is not limited to: Provide all labor, supervision, equipment, and materials required to: remove existing glazing panels from
roof slopes and ridge vents. Remove existing glazing panels from (2) sidewalls and (1) gable end. Furnish and install new 8mm glass glazing panels on roof slopes and ridge vents. Furnish and install new 8mm glass glazing panels on (2) sidewalls and (1) gable end. Re-install existing glazing bar caps; as per attached Statement of Work (SOW). The contractor shall provide a detailed technical proposal and cost breakdown for the entire project including specifications for proposed materials. Any proposals not meeting the specifications as referenced in the SOW, will not be considered. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a detailed proposal and cost breakdown for the entire project including written specifications for all materials and supplies to be used and 2) detailing the item description, specifications, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of proposal; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.REJECTION OF PROPOSAL: Failure to demonstrate compliance will be caused to reject the proposal without further discussions. All responsible small businesses may submit an offer and will be considered.The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-1, Buy American; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial goods and commercial services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services.PROPOSED PRICE MUST INCLUDE: any delivery costs. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting proposal. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.SAM.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination). Award will be made to the lowest price technically acceptable proposal.The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s services. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a proposal must respond by 3:00 p.m. Central Standard Time, April 05, 2024. Proposals are to be addressed to Huron Virden, at huron.virden@usda.gov Place of Performance:USDA-ARS-SEA- Sugarcane Research Center5883 USDA RoadHouma, LA. 70360Primary Point of Contact:Huron VirdenContracting OfficerHuron.virden@usda.gov

Houma ,
 LA  70360  USALocation

Place Of Performance : N/A

Country : United StatesState : LouisianaCity : Houma

Office Address : 141 EXPERIMENT STATION ROAD STONEVILLE , MS 38776 USA

Country : United StatesState : MississippiCity : Stoneville

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2DBREPAIR OR ALTERATION OF LABORATORIES AND CLINICS