Demolish Greenhouse 9A/Site Grade Topsoil

Agency: AGRICULTURE, DEPARTMENT OF
State: Mississippi
Type of Government: Federal
Category:
  • P - Salvage Services
Posted: Feb 2, 2023
Due: Feb 8, 2023
Solicitation No: 12405B23Q0068
Publication URL: To access bid details, please log in.
Follow
Demolish Greenhouse 9A/Site Grade Topsoil
Active
Contract Opportunity
Notice ID
12405B23Q0068
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA 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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 02, 2023 02:47 pm CST
  • Original Published Date: Jan 25, 2023 04:17 pm CST
  • Updated Date Offers Due: Feb 08, 2023 03:00 pm CST
  • Original Date Offers Due: Feb 08, 2023 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 23, 2023
  • Original Inactive Date: Feb 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: P500 - SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS)
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Mississippi State , MS 39762
    USA
Description View Changes

This is a combined synopsis/solicitation for commercial products or 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; quotations are being requested and a written solicitation will not be issued.



This solicitation is issued as a Request for Quotation (RFQ). The solicitation number is 12405B23Q0068. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.



This requirement is solicited as a total small business set aside. The associated North American Industrial Classification System (NAICS) code is 238910, Site Preparation Contractors and the small business size standard is $16.5M.



Per FAR 36.204 Disclosure of the magnitude of construction projects.



MAGNITUDE OF CONSTRUCTION: Between $100,000 and $250,000.



The United States Department of Agriculture (USDA), Agriculture Research Service (ARS), Crop Science Research Laboratory (CSRL), Mississippi State, MS location has a requirement to demolish Greenhouse 9A in its entirety and site grade topsoil to match surrounding grade performed in strict accordance with Statement of Work (SOW).



Site Visit. A site visit is strongly encouraged. Quoters are strongly encouraged to inspect the site where services are to be performed while being escorted by a government representative. To satisfy themselves as to all general and local conditions that may affect the cost of the performance of the contract, to the extent such information is reasonably obtainable. In no event will a failure to inspect the site constitute grounds for a claim after award of the contract.



Site visit may be arranged by contacting in advance, Neil Johnson – PHONE: (662)684-9141, EMAIL: neil.johnson@usda.gov.



Offeror Instructions. Each offeror must provide the following information with the quotation:




  • Fully completed and signed SF 1442 Offer page referencing solicitation number; Acknowledgement of Solicitation Amendments (SF-30) if any, completing blocks 15A, B, and C;

  • Quotation on company letterhead detailing the item description, unit price per item, shipping/handling/delivery costs, and total price; 1) Breakdown of labor categories and the number of hours for each that you intend to use by task, 2) Breakdown of materials for each labor category, 3) Breakdown of equipment for each labor category, and 4) Breakdown of all subcontractor proposals as described in items (1 through 3 above). Quotation must be valid for at least 60 days after receipt of quotation.

  • Completed Offeror Representations and Certification (FAR 52.204-8, 52.209-5, and 52.209-7). The representation and certification section must be completed electronically on-line at the System for Award Management (SAM) website at http://www.sam.gov/.



Quoters intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.



Questions. All questions pertaining to this solicitation must be submitted in writing to monte.jordan@usda.gov by 12:00 p.m. Central Time (CT) on or before Thursday, February 2, 2023. Telephone inquiries will not be honored.



Quotation Submission Response. Quotations in response to this solicitation shall be submitted electronically via email to Monte Jordan, Contract Specialist at monte.jordan@usda.gov by, Wednesday, February 8, 2023, by 3:00 p.m. Central Time (CT).



The Government anticipates award of a firm fixed price contract resulting from this solicitation to the responsible offeror whose quotation conforms to the specifications that will be the most advantageous to the Government. Contract award based on Lowest Price Technically Acceptable. Quotation shall include all costs associated with each CLIN listed.



Any amendments and documents related to this procurement will be available at the Governmentwide Point of Entry (GPE), SAM.gov.



Amendment#0001 issued to provide answers to questions submitted by interested contractor.



Q1. Hello, could provide the name of the existing power, water, and gas utility companies with service out to the greenhouse?



A1. The companies are Starkville Utilities (electric and water) and Atmos Gas.



Q2. On page 3. of the Statement of Work, under 3.0. SCOPE OF SERVICES, it states, “Due to the age and type of construction, the Government assumes that asbestos containing material is present and will require abatement and proper disposal. The contractor should include all costs necessary for sampling and testing for asbestos so that proper methods can be used during demolition.”



Would a change order be granted based on if asbestos is in fact found after testing? ?



A2. No. We are expecting the gaskets/weather stripping around the glazing to contain asbestos. It is also possible that some pipe insulation could contain asbestos. For bid purposes, the cost proposal should include the requisite testing, demolition, and disposal of the suspected ACM associated with glazing and pipe insulation. If any other ACM is encountered, a contract modification would be in order. Updated note…New information… Existence of Asbestos has already been confirmed. Testing was done by Eurofines, NVLAP Testing Lab in January 2022. We will try to get the report and make it available.



Q3. Good morning, will there be an extension of the offer due date?



A3. No extension of offer due date.



Amendment 0002 issued to provide answers to additional questions submitted by interested contractor.



Q4. The first two sentences of Paragraph 1. Under ADDITIONAL PRIME CONTRACTOR INFORMATION-SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATING INFORMATION on pdf page 43 of the Solicitation states, “All Offerors shall submit information pertaining to their past Safety and Environmental record. (using the attached EMR information and certification form) pertaining to their past Safety and Environmental record. No form is attached. Will a Standard EMR form be acceptable for this item ?



A4. Attached is EMR Contractor Certification form for your use.



Q5. The last sentence of paragraph 3.2 / a in the SOW calls for the cost of sampling and testing for hazardous materials to be included in our proposal. The last sentence of paragraph 5.7 / calls for the contractor to include the cost of sampling and disposal of hazardous materials in the proposal. The asbestos abatement subs claim that they will not know the extents of the hazardous materials until the sampling and testing has been performed, and therefore can not provide a realistic price for the removal and disposal. Would it be possible to only include the sampling and testing in the proposal and issue a change order for the removal and disposal at a T&M price with a fixed markup ?



A5. ACM is known to exist in the window putty of the interior GH wall and in the window putty for the perimeter wall per the 2022 Asbestos Testing Survey as shown below. It is highly suspected that all the gasket glazing for the greenhouse is ACM, but not reported on this limited survey. There is a possibility that some pipe insulation in the GH may contain ACM. The base bid for this project should include sampling, testing, and proper disposal of these confirmed and suspected materials. Any other suspicious materials beyond those mentioned above should be tested and if additional hazardous materials are found, it can be addressed in a contract modification/change order.



Q6. Paragraph 4.2/a and 4.2/b in the SOW call for the demolition and complete removal of greenhouse 9A. Are plans available that show the extents of the structure under the ground ?



A6. I am not aware of any construction plans for this greenhouse. Neil can check at the location and see if he knows of anything. I am not aware of any under the slab utilities, however I am in the process of looking for as built plans for that particular greenhouse which should show underground structure if they can be located- I will let you know if and when I locate those.



Q7. The last sentence of paragraph 5.7 / calls for the contractor to include the cost of sampling and disposal of hazardous materials in the proposal. Has a Hazardous Material Survey been performed that we could obtain a copy of ?



A7. No, The only thing we have is the Asbestos report. There are no hazardous materials. This customer was on site yesterday and I took him on a full tour of the facility.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Jan 25, 2023[Combined Synopsis/Solicitation (Original)] Demolish Greenhouse 9A/Site Grade Topsoil
Feb 1, 2023[Combined Synopsis/Solicitation (Updated)] Demolish Greenhouse 9A/Site Grade Topsoil
Feb 15, 2023[Award Notice (Original)] Demolish Greenhouse 9A/Site Grade Topsoil
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow FERS TRAINING Active Contract Opportunity Notice ID 1301122435 Related Notice Department/Ind. Agency

Federal Agency

Bid Due: 11/20/2024

Procurement Details Smart Number 295-20240223113342 TCBS Engineer Advertised Date 02/24/2024 1:00 AM RFx

State Government of Mississippi

Bid Due: 4/08/2024

RFP - FY25 Non-Profit Workforce Professional Development Grant RFP

Mississippi Department of Education

Bid Due: 4/01/2024

Procurement Details Smart Number 11105-20240226103501 NHWA Constr Advertised Date 02/28/2024 12:00 AM RFx

State Government of Mississippi

Bid Due: 4/09/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.