Federal Bid

Last Updated on 12 Apr 2021 at 6 PM
Solicitation
New york New york

Geneva Polyhouse Electrical

Solicitation ID 12305B21Q0009
Posted Date 12 Apr 2021 at 6 PM
Archive Date 05 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Usda Ars Nea Aao Acq/Per Prop
Agency Department Of Agriculture
Location New york New york United states 14456

***** Answers to Questions posted 04/12/2021*****

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) intends to issue a Request for Quotes (RFQ) for a firm fixed-price construction contract to: The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Plant Genetic Resources Unit (PGRU), located at 630 W. North Street, Geneva, NY 14456, are in need of installing functioning electrical outlets and switches for plant growth and convenience lighting, operating pumps, liquid chillers, small electrical appliances, and scientific research instruments in the greenhouses located on the Cornell University, Geneva campus.


The anticipated requirement is issued under RFQ 12305B21Q0009.   

The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13, 15 and 36 and will be incorporated in the awarded firm-fixed price order.  Interested vendors should reference the solicitation documents for all terms and conditions.  No paper solicitation will be available.

The associated NAICS Code is 238210, Electrical Services Construction.  The small business size standard is $16.5 million.

Notice of Set-Aside for Small Business Concerns:  This requirement is a Total Service Disabled Veteran Owned Small Business Set Aside.
 

The Government intends to award one (1) firm fixed-price contract. 

SELECTION PROCESS: The Quotes will be evaluated using a LPTA source selection process. Contractors will be invited to submit their technical, past performance, and price information as described in the Solicitation, for review and consideration by the Government. The selection process will evaluate such factors (not necessarily in order): Past Performance, Technical which includes Management & Experience, and Price. Pro Forma information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.

SELECTION PROCESS: 

Pending availability of funding, the basis for any potential award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the lowest evaluated price (evaluated as total cost of all line items) technically acceptable quotation that fully meets all specifications and having satisfactory past performance. Only the lowest priced quote will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding.

 

In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:

  1. Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the SOW.
  2. Submit Firm Fixed Price quotation (Quote on company letterhead) detailing the description, total price and valid for at least 60 days after receipt of quote. Delivered FOB Destination inclusive of all costs.
  3. Submit DUNS# with quotation.
  4. Submit two separate Past Performance References with contact information for recent contracts of similar scope to this requirement.
  5. A completed copy of the provisions FAR 52-212.3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS.


Magnitude of Construction is between $25,000 and $100,000.

Period of performance is 60 days after receipt of the Notice to Proceed.

Bonds:  If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections.  Awards exceeding $150,000 require both Payment and Performance Bonds.  See solicitation details regarding a Bid Bond.

SITE VISIT: A site visit can be arranged during the solicitation period for the project. Details regarding the site visit will be available from.

Facilities Operations Manager

Mike Merchant

USDA-ARS

538 Tower Rd

Ithaca, New York 14850

607.342.3380

[email protected] or [email protected]

 

All questions regarding this announcement must be submitted in writing to the Contracting Officer, Mark O. Volk, via email to [email protected]Telephone requests for information will not be accepted or returned.

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.

DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest.

The Government intends to post all notices/amendments related to this solicitation on government point of entry (GPE) Contract Opportunities at https://beta.sam.gov/. 

All interested firms must be registered on Contract Opportunities web site in order to obtain the solicitation documents and all information regarding the solicitation.   Hard copies of the solicitation will not be provided. It is the responsibility of the Contractor to check the website daily for any updates/amendments.  Contractors are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation.

IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on USDA solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make a Contractor ineligible for award.  The SAM website can be accessed at www.Beta.sam.gov.

Bid Protests Not Available

Similar Past Bids

New york New york 07 Jun 2021 at 6 PM
Mississippi Not Specified
Location Unknown Not Specified