Kentucky Bids > Bid Detail

Building 008: 2024 Repair Boiler System and Associated Piping

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159752197247687
Posted Date: Feb 21, 2024
Due Date: Mar 13, 2024
Source: https://sam.gov/opp/83c28ba021...
Follow
Building 008: 2024 Repair Boiler System and Associated Piping
Active
Contract Opportunity
Notice ID
12505B24R0007
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 21, 2024 01:44 pm CST
  • Original Published Date: Feb 01, 2024 08:31 pm CST
  • Updated Date Offers Due: Mar 13, 2024 02:00 pm CDT
  • Original Date Offers Due: Feb 29, 2024 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 28, 2024
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Bowling Green , KY 42104
    USA
Description View Changes

2/21/24: UPDATE: Two additional site visits are being added, the Question and Answer date is extended, and the proposal due date is extended as follows:



Site Visit: Organized site visits are scheduled for February 27, 2024 at 10:00 AM CT and February 28, 2024 at 2:00PM 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 February 26, 2024 at 12:00 PM CT. 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.



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 close of business on March 6, 2024. 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.



The proposal due date is extended to 3/13/24 at 2pm Central Time.



All other terms and conditions remain unchanged.



*************************************************************************************************************



2/9/24 UPDATE: The address for the site visits is as follows: 230 Bennet Ln Bowling Green, KY 42101. Anyone wanting to attend shall register in advance in accordance with the below registration requirements. All other items remain unchanged.



****************************************************************************************************



The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for Demolish Facility Slab, and Outlying Buildings at Biological Control of Insects Research Laboratory (BCIRL) at Colombia, MO





Solicitation 12505B24R0007 is issued as a Request for Proposal (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 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 a 100% Total Small Business Set Aside.





The associated NAICS Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard is $19 million.





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





Period of performance is 90 days after receipt of the Notice to Proceed to include inspection and punch list.





Site Visit: Organized site visits are scheduled for February 14, 2024 at 10:00 AM CT and February 15, 2024 at 1:00PM 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 February 13, 2024 at 12:00 PM CT. 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.





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 close of business on March 6, 2024. 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 and active in the System for Award Management (SAM) at the time the proposal is submitted. 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >