Similar Projects
Exterior Construction (Joseph Floyd Manor)
Renovation
Sub-Bidding
$100,000 CJ est. value
Charleston, SC 29403

ACA Cleanup Underground Storage Tank (UST) Site - 11929
Infrastructure
Sub-Bidding
$800,000 CJ est. value
Greenville, SC 29607

Comprehensive Purchasing Consortium for CCHRCO
Post-Bid

Comprehensive Purchasing Consortium for CCHRCO
Post-Bid

Removal of Outside Stairs
Results
Cheraw, SC 29520

Clemson Elementary School Gutter Replacement
Results
Clemson, SC 29631

Calhoun Courts Exterior Stairs Phase 2 Repairs
Renovation
Sub-Bidding
$550,000 CJ est. value
Clemson, SC 29631

Ramp Modification
Post-Bid
$20,000 est. value
Columbia, SC

MUSC Quad F Roof Replacement
Results
$400,000 to $500,000 est. value
Charleston, SC 29425

Ramp Modification
Post-Bid
$20,000 est. value
Union, SC

Exterior Sealing And Caulking Of Capstone
Results
$170,000 to $220,000 est. value
Columbia, SC 29201

Add Gutters to Buildings Watkins Center
Post-Bid
$25,000 to $40,000 est. value
SC 29210

Slater Hall Primary Facade Restoration
Results
Slater, SC 29683

Awning Removal/Replacement Project
Post-Bid
Inman, SC 29349

Storefront Glass Replace
Results
Greenville, SC 29605

Last Updated 08/18/2022 08:02 AM
Project Title

Containers: Awning

Physical Address View project details and contacts
City, State (County) Charleston, SC 29414   (Charleston County)
Category(s) Single Trades
Sub-Category(s) Finishes/Exterior
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $50,000 [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 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 12405B22Q0303 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 238350 (Finish Carpentry Contractors), with a small business size standard of $15 Million. Site Access During Covid-19 Recovery: Contractor shall follow all Covid federal and local protocols at the site USDA, ARS, Vegetable Laboratory 2700 Savannah HWY Charleston, SC 29414 Is looking for Construct Awning for 4 Growth Chambers that fits into the associated Statement of Work. A site visit is recommended. The site visit is scheduled for Tuesday, August 9th at 10:00 am. Please provide your company name and personnel names of those attending this site visit. Please minimize your number of attendees due to the locations COVID occupancy restrictions. The names need to be provided by Monday, August 8th at 3:00 pm to lynn.hults@usda.gov. Please reference this solicitation number in the email title. The Government anticipates award of a Firm Fixed Price contract. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered service meets all parts of the Statement of Work. Vendors responding to this announcement shall submit their estimate in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping, if needed). Each estimate MUST be detailed and itemized by each part of the project. Electronic submissions are preferred. Please email all estimates to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. Additional Clauses are attached. 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. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than August 15, 2022, at 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Friday August 12, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Details

Division 09 - Finishes.

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