South Dakota Bids > Bid Detail

Lab Renovation - Brookings, SD

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159715958162878
Posted Date: Feb 1, 2023
Due Date: Feb 10, 2023
Solicitation No: 12805B23Q0136
Source: https://sam.gov/opp/5f73b7c8cb...
Follow
Lab Renovation - Brookings, SD
Active
Contract Opportunity
Notice ID
12805B23Q0136
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 31, 2023 11:58 pm CST
  • Original Date Offers Due: Feb 10, 2023 05:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2DB - REPAIR OR ALTERATION OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Brookings , SD 57006
    USA
Description

This is a combined synopsis/solicitation for commercial item with commercial services prepared in accordance with the format in FAR subpart 12.06, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 12805B23Q0136 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2021-05. The associated NAICS Code is 236220 and the Small Business Size Standard is $39.5M



The USDA, Agricultural Research Service Brookings, SD requires Laboratory Remodeling. The contractor shall supply these products, meeting or exceeding the specifications listed in PWS (Performance Work Statement). The Government intends to award a firm fixed price purchase order.



The requirements are further detail in the attached Requirements Document.



USDA – ARS – Brookings

2923 Medary Ave

Brookings, SD 57006



DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by:



1. One (1) original fully completed and signed SF 1442 Offer page, acknowledgment of all amendments either via entering data in block 19 of the SF1442 or completing blocks 15a, b, and c of the Amendment and attaching to the SF 1442 Offer page;



2. Offeror(s) shall submit documentation on past performance and relevant technical experience on a minimum of three (3) projects and up to six (6) projects within the last five (5) years; project shall be of similar size and scope of the Government requirement. Of these, a minimum of three (3) projects will indicate relevant technical experience. If the offeror is using a key subcontractor for relevant technical experience, the submitted documentation shall contain information on both the offeror and the key subcontractor.



3. One (1) original completed quote (Page 5 of this RFQ) schedule



4. Must have a valid SEI at the time of submission and included with submission.



5. Email to peter.b.nelson@usda.gov



All sources wishing to quote shall furnish a quotation:



by 5:00 p.m. Central Time, on or before February 10, 2023.



Quotations are to be sent only via email to Peter Nelson peter.b.nelson@usda.gov.



Failure to provide the required information in the requested format may result in quotes not being considered for award.



Attached Provisions/Clauses apply to this RFQ and any subsequent award.



INSTRUCTIONS FOR THE PREPARATION OF OFFERS (FAR 52.212-1 Addendum)



This procurement is a Solicitations competed in accordance with FAR Part 13, Total Small Business set aside. Solicitation documentation and any issued amendments will be distributed via Public Display. No hard copy solicitation materials are available.



Offerors shall provide all required information referenced in this section. Failure to provide all requested information may result in the proposal not being considered for further evaluation.



Offers shall submit required documents via email ONLY to peter.b.nelson@usda.gov.



This quote must be valid until 2/28/2023



OFFER SUBMISSION DOCUMENTS




  1. Transmittal Summary Letter. A summary cover letter to the submission should provide at a minimum the following (i) Identification of the Point of Contact, current phone number, and email address. (ii) UEI Number, CAGE Code, Tax Identification Number (ii) A list of the submission package contents.

  2. Contractor Quote pricing document. Document shall provide detailed pricing breakout in accordance with the PWS and items requested.

  3. Authorized Vender or Manufacturer verification. No third party or pass-through offers will be accepted.



FAR 52.212-2 – Evaluation -- Commercial Products and Commercial Services. (Nov 2021)




  1. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced Technically Acceptable.

  2. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

  3. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the



Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



Evaluation Methodology



In accordance with FAR Part 13 and FAR Part 36 the Government will award a firm fixed price contract

resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be

most advantageous to the Government, price and other factors considered. The following factors shall be used

to evaluate offers:



Lowest Price Technically Acceptable (LPTA), evaluation method.



Technically Acceptable is defined as:



1) Meeting all requirements as defined in the solicitation, to include Quote submission documents referenced in Section L.3 (Including required Bid Guarantee/Bond). Failure to submit ANY of the required document listed in Section L will render your quote non-responsive and thus not eligible for award. Failure to acknowledge any and all amendments will render your quote non-responsive and thus not eligible for award.



2) Acceptable rating in “Past Performance”. Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an “acceptable” or “unacceptable” basis. The apparent successful, prospective contractor must have acceptable past performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor Performance Assessment Reporting System (CPARS) shall be considered as part of the past performance evaluation process. Any past performance that is found to be “negative”, shall result in the entire Past Performance rating as “Unacceptable”. “Negative” is defined as any CPARS past performance evaluation rated less than “Satisfactory”, any Terminations for Default/Cause, or any negative performance references will be rated as ‘Unacceptable’. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.”



Quotes shall be ranked in order of lowest price to highest price. The lowest priced offer that is “Technically Acceptable” will be selected for award.



(End of Provision)


Attachments/Links
Contact Information
Contracting Office Address
  • 2150 CENTRE AVENUE BLDG D, SUITE 300
  • FORT COLLINS , CO 80526
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 31, 2023 11:58 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >