Similar Projects
Last Updated | 09/21/2023 05:05 AM |
Project Title | B47 Area C Floor Re-Sloping Project |
Physical Address | View project details and contacts |
City, State (County) | Athens, GA 30605 (Clarke County) |
Category(s) | Single Trades |
Sub-Category(s) | Flooring |
Contracting Method | Competitive Bids |
Project Status | Contract Award, Construction start expected October 2023 |
Bids Due | View project details and contacts |
Estimated Value | $106,500 [brand] Estimate |
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 FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; are being requested, and a written solicitation will not be issued. The solicitation number is 12405B23Q0534 and is issued as a request for quotation (RFQ). The NAICS code is 238190 Other Foundation, Structure, and Building Exterior Contractors. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-04. The USDA, ARS, SEPRL in Athens, GA requires the re-sloping of the floors for the Animal Holding Room and the Procedure Room of 8 Suites in B47 per the attached Statement of Work. The SCA Wage Determinations will be incorporated into this contract. A site has been scheduled for Tuesday, August 8, 2023 at 10:00AM EST. of : USDA, ARS, SEA, SEPRL, 934 College Station Road, Athens, GA 30605. DOCUMENTS TO BE INCLUDED IN : In order to be considered for Offerors shall provide 1) a on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 after receipt of ; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after ; 52.222-26, Equal ; 52.222-35, Equal for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend . QUOTED PRICE MUST INCLUDE: any costs as well as any applicable duties, brokerage, or customs fees. PAYMENT: Any made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any and documents related to this procurement will be electronically at the Internet site: http://www.sam.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including ; (ii) past ; and (iii) price (based on F.O.B. Destination), technical and past are more important than price. will be made based on overall BEST to the Government. The government anticipates of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. All questions regarding this solicitation should be emailed to the Contracting Officer no later than 4:00PM CST on August 11, 2023. Responses shall include technical specifications, descriptive material and capabilities of the offeror's equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 4:00 p.m. central standard time, August 17, 2023. Quotations are to be addressed to Jessica Pacheco, Contract Specialist, at jessica.pacheco@usda.gov. Additional information may be obtained by contacting the Contract Specialist by . |
||
Details |
|
||
Bidder's List | View project details and contacts | ||
Prospective Bidders | View project details and contacts | ||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |