Agency: | AGRICULTURE, DEPARTMENT OF |
---|---|
State: | Mississippi |
Type of Government: | Federal |
Category: |
|
Posted: | Feb 1, 2023 |
Due: | Feb 8, 2023 |
Solicitation No: | 12405B23Q0068 |
Publication URL: | To access bid details, please log in. |
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.
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:
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.
Jan 25, 2023 | [Combined Synopsis/Solicitation (Original)] Demolish Greenhouse 9A/Site Grade Topsoil |
Feb 2, 2023 | [Combined Synopsis/Solicitation (Updated)] Demolish Greenhouse 9A/Site Grade Topsoil |
Feb 15, 2023 | [Award Notice (Original)] Demolish Greenhouse 9A/Site Grade Topsoil |
With GovernmentContracts, you can:
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
Title Ends Time Left Infield Drainage Improvements for Madison Central and Ridgeland High
Madison County Schools
Bid Due: 4/09/2024
RFP - FY25 Non-Profit Workforce Professional Development Grant RFP
Mississippi Department of Education
Bid Due: 4/01/2024