Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2025 SAM #8598
SOLICITATION NOTICE

J -- 1232SA25Q0091 - Solicitation Repair Fire Pump - USDA-ARS-MWA Ames IA

Notice Date
6/9/2025 9:47:48 AM
 
Notice Type
Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA25Q0091
 
Response Due
7/10/2025 3:00:00 PM
 
Archive Date
07/25/2025
 
Point of Contact
Theodore Blume
 
E-Mail Address
Theodore.Blume@usda.gov
(Theodore.Blume@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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. The solicitation number is 12905B25Q0041 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-03 dated 01/17/2025 (DEVIATION FEB 2025). Service Contract Labor Standards Wage Determination Number 2015-5629 Rev 25 dated 12-23-2024 for Riverside County, CA is applicable and is attached. This solicitation is issued as a 100% Total Small Business Set-Aside. The associated NAICS code is 238220 the small business size standard is $19M. List CLINS, item descriptions, quantities and units of measure: CLIN Description Quantity Unit of Issue Total $ 0001 Repair defects as outlined in 1 LO $ The SOW. Description/Statement of Work/Specification: SEE ATTACHED SOW OR REQUIREMENT Date(s) and place(s) of delivery and acceptance: Completion of work shall be 30 days after receipt of award at USDA-ARS-PWA U.S. Salinity Laboratory, 450 W. Big Springs Road, Riverside CA 92507, county of Riverside. FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum. Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (DEVIATION), with their offer online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION FEB 2025), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. Date, time and place offers are due. Offers are due by 10 July 2025, 5:00pm CDT. Submit offers to the following e-mail address(es), by the offer due date and time: Theodore.blume@usda.gov Late quotes after the established deadline may be considered only if it is in the government�s best interest and if it will not unduly delay award. Any and all questions regarding this solicitation shall be submitted in writing on Attachment III � Contractor RFI to theodore.blume@usda.gov no later than 25 June 2025, 9:00am CDT. A site visit will be scheduled for Tuesday, 18 June 2025 at 10:00am CDT at the USDA-ARS-MWA National Animal disease Center, 1920 Dayton Ave, Ames IA. This site visit is intended to give prospective offerors the opportunity to familiarize themselves with the location and to gauge the scope of work required of the contract. Prospective attendees SHALL email Jeff Waterbury at jeff.waterbury@usda.gov and Curtis Moore at curtis.moore@usda.gov with the attendee's full name as it appears on a Government-issued picture ID (which must be presented at the time of the site visit) and citizenship status; and their company name, physical address, email address, and phone number. The deadline for requesting a site visit is Tuesday June 17, 2025, 10:00am CDT. Failure to comply with the registration instructions above will result in denial of access to the location and/or participation in site visit activities.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/74bafc5c35e94ee2a2f463cc96067b66/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN07470208-F 20250611/250609230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.