Similar Projects
Steel for Inventory
Term Contract
Sub-Bidding
Ames, IA 50010

Specialized Wet Dry Vacuum, Hydro Blast and Related Cleaning Services Contract
Term Contract
Sub-Bidding
$150,000 CJ est. value
Ames, IA 50010

Pest Control Services
Term Contract
Post-Bid
Ames, IA 50010

Janitorial at Neal Smith NWR Iowa Ppr1022541
Term Contract
Post-Bid
Prairie City, IA 50228

Pest Control Services
Term Contract
Results
Ames, IA 50010

18 and 24 Dual Walled Plastic Culvert Pipe
Term Contract
Post-Bid
Ames, IA 50010

Water Treatment Plant Five-Year Well Rehabilitation Contract
Term Contract
Post-Bid
$150,000 CJ est. value
Ames, IA 50010

Emerald Ash Borer Program
Term Contract
Post-Bid
Ames, IA 50010

Hydraulic Hose and Fittings With Calibration and Training Services
Term Contract
Post-Bid
Ames, IA 50010

Inverted Paint and Paint Marking Items
Term Contract
Post-Bid
Ames, IA 50010

Roll-Off Containers
Term Contract
Post-Bid
Ames, IA 50010

Inverted Marking Paint
Term Contract
Post-Bid
$100,000 CJ est. value
Ames, IA 50010

Reflectors
Term Contract
Post-Bid
Ames, IA 50010

Signs - Women/Handicapped Symboled
Term Contract
Post-Bid
Ames, IA 50010

18", 30" & 36" Dual Walled Plastic Culvert Pipe
Term Contract
Post-Bid
Ames, IA 50010

Last Updated 05/04/2023 02:14 PM
Project Title

UPS Battery and DC Capacitor Replacement

Physical Address View project details and contacts
City, State (County) Ames, IA 50010   (Story County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation number 12505B23Q0114 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 335910 (Battery Manufacturing), with a small business size standard of 1,250 employees. This acquisition is for the following item as identified in the Line Item Number(s): 0001) Building 154 UPS Battery Replacement 0002) Building 154 UPS DC Capacitor Replacement Specifications: See attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Ames, Iowa 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications, (2) Price (to include shipping), and a completed copy of FAR Provision 52.212-3. All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is lowest price technically acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS: Supplies and services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Period of performance is June 1, 2023 through August 30, 2023. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically. Quotes must be received no later than 4:00PM Central Daylight Time (CDT) on May 2, 2023. Questions in regards to this combined synopsis/solicitation are due no later than 4:00PM CDT on April 25, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents