SOLICITATION NOTICE
J -- Boilers Maintenance and Tuning
- Notice Date
- 7/14/2025 12:48:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA25Q0378
- Response Due
- 8/8/2025 12:00:00 PM
- Archive Date
- 08/23/2025
- Point of Contact
- Joshua J. Dobereiner, Phone: 3094033556
- E-Mail Address
-
josh.dobereiner@usda.gov
(josh.dobereiner@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 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 1232SA25Q0378 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 06/11/2025. This solicitation will be a 100% Total Small Business Set-Aside. 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 $12.5 million. This acquisition is for the following item as identified in the Line Item Number(s): 0001) Boilers Maintenance and Tuning � BASE YEAR 1001) Boilers Maintenance and Tuning � OPTION YEAR 1 2001) Boilers Maintenance and Tuning � OPTION YEAR 2 3001) Boilers Maintenance and Tuning � OPTION YEAR 3 4001) Boilers Maintenance and Tuning � OPTION YEAR 4 Specifications: See attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is USDA ARS Manhattan, KS 66502 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 Capability (technicians with a minimum of five years� experience) and (2) Price 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 Capability 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: Services will be inspected by the Technical Representative and accepted at destination. Period of performance is as follows: Base Year: 09/01/2025-08/31/2026 Option Year 1: 09/01/2026-08/31/2027 Option Year 2: 09/01/2027-08/31/2028 Option Year 3: 09/01/2028-08/31/2029 Option Year 4: 09/01/2029-08/31/2030 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 2:00 PM Central Daylight Time (CDT) on August 8, 2025. Questions in regards to this combined synopsis/solicitation are due no later than 4:00 PM CDT on July 30, 2025. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. 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. Examples include 52.222-25, Affirmation Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f9529ae9761b465ebcde924c49d303de/view)
- Place of Performance
- Address: Manhattan, KS 66502, USA
- Zip Code: 66502
- Country: USA
- Zip Code: 66502
- Record
- SN07507991-F 20250716/250714230046 (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 |