SOLICITATION NOTICE
Z -- Replace Exhaust System and Air Handling Units
- Notice Date
- 5/28/2025 6:11:19 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- USDA ARS AFM APD BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1232SA25R0013
- Response Due
- 6/12/2025 6:00:00 AM
- Archive Date
- 06/27/2025
- Point of Contact
- Joshua J. Dobereiner, Phone: 309-403-3556
- E-Mail Address
-
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace exhaust systems, air handling units 3 and 4, and associated repairs at the National Soil Erosion Research Laboratory in West Lafayette, Indiana. PROJECT SCOPE: The base requirement is to provide replacement of existing exhaust system and associated repairs. Option 1 is to provide replacement of existing air handling unit 3 and associated repairs. Option 2 is to provide replacement of air handling unit 4 and associated repairs. Option 3 is to provide replacement of existing exhaust system and associated repairs. Complete specifications and drawings will be provided with the solicitation. Site visits are tentatively scheduled for June 17, 2025 at 1:00 PM CDT and June 18, 2025 at 9:00 AM CDT. The same information will be provided at both site visits, so offerors only need to attend one. Additional details, including how to register for the site visit, will be provided in the solicitation. SOLICITATION PERIOD: A request for proposal is scheduled to release on or about June 12, 2025. Proposals will be due on or about July 14, 2025. SOLICITATION PROCEDURES: The acquisition will be issued as a Service Disabled Veteran Owned Small Business Set-Aside, Request for Proposal using the Contract Opportunities on the sam.gov website. The NAICS code for this procurement is 238220; Small Business Size Standard is $19.0 million. Product Service Code (PSC) is Z2NB. The anticipated period of performance will be 300 calendar days from Notice To Proceed. A Bid Guarantee, Performance Bond, and Payment Bond will be required. It is anticipated that award will result in a single award firm-fixed price contract. The estimated magnitude of construction is between $1,000,000 and $5,000,000. This is an electronically issued acquisition. The solicitation will be available at the Contract Opportunities on the sam.gov website. Offerors are responsible for routinely checking the website for any possible solicitation amendments that may be issued. All responsible offerors may submit a proposal. To be eligible for award, offerors must be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration in the SAM at https://www.sam.gov. Electronic proposals submitted via email is preferred. 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. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred� Program.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0deb8dc29c0e43d8b8e6d783deaa2784/view)
- Place of Performance
- Address: West Lafayette, IN 47907, USA
- Zip Code: 47907
- Country: USA
- Zip Code: 47907
- Record
- SN07457772-F 20250530/250528230053 (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 |