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

Rock (Shoulder Aggregate, Class "A" Stone) Various 7 Locations
Term Contract
Sub-Bidding
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

Power Plant Maintenance Services Contract
Term Contract
Sub-Bidding
Ames, IA 50010

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

Fuel Tank Cleaning Services Statewide
Term Contract
Sub-Bidding
Ames, IA 50010

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

Furnishing 69kV and 161kV SF6 Circuit Breakers
Term Contract
Sub-Bidding
$500,000 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

Last Updated 01/12/2023 03:11 PM
Project Title

Repair Leaking Transformers

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 February 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

11/10/2022: Amendment 0001: The purpose of this Amendment 0001 is to incorporate the nameplates and drawings for the transformers and include pictures of existing leaks. All other terms and conditions remain unchanged. ************************************************************************************************ 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; proposals are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0014 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 dated October 28, 2022. This solicitation is set aside for Total Small Business. The associated NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a small business size standard of $11 million. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Repair of Leaking Transformers, 1 job Description of Work: The USDA-NCAH campus in Ames, Iowa requires repairs to leaking transformers. The general objective of this project is the repair of the leaks on all 3 transformers feeding buildings A7, A8 and 194. The contractor shall perform all work in accordance with the Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA-NCAH, 1920 Dayton Avenue, Ames, IA 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Period of Performance is 120 days after award of the contract. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services. Submission of proposal shall include the following: (1) Technical and (2) Price. All responses shall be submitted electronically to melissa.grice@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 proposal with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation--Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. Technical acceptability will be evaluated based on company experience (minimum of 5 years' experience servicing the type of equipment described in the Statement of Work). The lowest priced proposal 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 proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal 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: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Period of performance is one year with four, one year option periods. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-20 Predecessor of Offeror; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; 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 and price); FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; 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 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages Under Executive Order 14026; FAR 52.222-62 Paid Sick Leave Under Executive Order 13706; FAR 52.223-1 Biobased Product Certification; FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.223-5 Alt 1 Pollution Prevention and Right-to-Know Information; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-10 Waste Reduction Program; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.223-20 Aerosols; FAR 52.223-21 Foams; 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 52.232-8 Discounts for Prompt Payment; FAR 52.232-11 Extras; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.246-20 Warranty of Services; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically. Proposals must be received no later than 2:00 PM Central Time on December 13, 2022. Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM CT on December 6, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.

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