Search Contract Opportunities

Autoclave Controls Replacement   4

ID: 12505B24R0013 • Type: Solicitation

Description

Posted: Sept. 9, 2024, 9:17 a.m. EDT

AMENDMENT 03 - 09/09/2024

Site visit sign-in sheet from September 5 (there were no attendees at the September 4 site visit) and responses to all requests for information (RFIs) received by the RFI deadline are added as attachments. All other terms and conditions remain unchanged.

END OF AMENDMENT 03

____________________________________________________________

AMENDMENT 02 - 08/14/2024

Solicitation is amended as follows:

  1. Remove the total small business set-aside;
  2. Add FAR Clauses 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.236-1, Performance of Work by the Contractor; and 52.252-6, Authorized Deviations in Clauses;
  3. Add AGAR Clause 452.204-70, Modification for Contract Closeout;
  4. Add FAR Provision 52.252-5, Authorized Deviations in Provisions;
  5. Remove FAR Clause 52.219-6, Notice of Total Small Business Set-Aside;
  6. Announce new site visit dates; and
  7. Extend the proposal due date to 09/16/2024.

Site Visit: Organized site visits are scheduled for September 4, 2024 at 1:00 PM Central Daylight Time (CDT) and September 5, 2024 at 9:00 AM CDT. The site visit will be held at the project location. The same information will be provided at both site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by 3:00 PM CDT on September 3, 2024. Pre-register by emailing josh.dobereiner@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for. An email response will be sent confirming your registration.
The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document.
All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Josh Dobereiner, via email to josh.dobereiner@usda.gov. Questions must be submitted no later than 4:00 PM CDT on September 6, 2024. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned.

All other terms and conditions remain unchanged.

END OF AMENDMENT 02

____________________________________________________________

AMENDMENT 01 - 07/29/2024

The site visit sign-in sheet is added as an attachment. All other terms and conditions remain unchanged.

END OF AMENDMENT 01

_______________________________________________________

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace autoclave controls at the National Centers for Animal Health in Ames, Iowa.
Solicitation 12505B24R0013 is issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order. Interested offerors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available.
Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside.
The associated NAICS Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard is $19.0 million.
Magnitude of Construction is between $250,000 and $500,000.
Period of performance is 365 calendar days after receipt of the Notice to Proceed, with 90 calendar days to complete the onsite work.
Bonds: Bid, Payment, and Performance Bonds are required.
Site Visit: Organized site visits are scheduled for July 10, 2024 at 1:00 PM Central Daylight Time (CDT) and July 11, 2024 at 9:00 AM CDT. The site visit will be held at the project location. The same information will be provided at both site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by 3:00 PM CDT on July 9, 2024. Pre-register by emailing josh.dobereiner@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for. An email response will be sent confirming your registration.
The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document.
All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Josh Dobereiner, via email to josh.dobereiner@usda.gov. Questions must be submitted no later than 4:00 PM CDT on July 25, 2024. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned.

Interested offerors must be registered in the System for Award Management (SAM). To register, go to www.sam.gov. Instructions for registering are on the web page (there is no registration fee).

The solicitation and associated information will be available only from the Contract Opportunities page at sam.gov.

This solicitation is NOT an invitation for bids and there will be NO formal public bid opening. All inquiries must be in writing via email to the persons specified in this solicitation. All answers will be provided in writing via posting to the web.

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 Contracting 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.

Information concerning the REE policies and procedures regarding the definitization of equitable adjustments for change orders under construction contracts and the time required for definitization of those actions per 15 U.S.C. 644 is available at https://www.ars.usda.gov/afm/apd/acquisitions/.

Posted: Aug. 28, 2024, 12:13 p.m. EDT
Posted: Aug. 28, 2024, 11:38 a.m. EDT
Posted: July 29, 2024, 8:09 a.m. EDT
Posted: June 28, 2024, 8:13 a.m. EDT
Background
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace autoclave controls at the National Centers for Animal Health in Ames, Iowa. The solicitation document, with the incorporated clauses and provisions, is issued in accordance with Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order.

Work Details
The contractor shall be responsible for removal and disposal of all controls for the Tuttnauer MN 498686SP-2H (SN 2702026) autoclave. Items to be removed include existing piping, tubing, flex couplers, unions, fittings, valves, check valves, relief valves, control valves, throttle valves, non-return valves, actuators, solenoids, steam traps, regulators, reducers, condensate pumps, vacuum pumps, water reservoir tank, ejectors, strainers, filters, separators, plumbing gaskets, packing, door gaskets, door seals, pipe insulation, heat exchangers, coolers, electrodes and more. The contractor shall provide all necessary labor and materials to install all new mechanical and electrical components as well as setup and program the controls to the latest version. Training sessions are also required.

Period of Performance
Period of performance is 365 calendar days after receipt of the Notice to Proceed with 90 calendar days to complete the onsite work.

Place of Performance
The geographic location for the construction project is at the National Centers for Animal Health in Ames, Iowa.

Overview

Response Deadline
Sept. 16, 2024, 3:00 p.m. EDT (original: Aug. 9, 2024, 3:00 p.m. EDT) Past Due
Posted
June 28, 2024, 8:13 a.m. EDT (updated: Sept. 9, 2024, 9:17 a.m. EDT)
Set Aside
None
Place of Performance
Ames, IA 50010 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$250,000 - $500,000 (value based on agency estimated range)
Signs of Shaping
85% of similar contracts within the Agricultural Research Service had a set-aside.
On 6/28/24 ARS Midwest Area issued Solicitation 12505B24R0013 for Autoclave Controls Replacement due 9/16/24. The opportunity was issued full & open with NAICS 238220 and PSC J045.
Primary Contact
Name
Joshua J. Dobereiner   Profile
Phone
(309) 403-3556
Fax
(309) 681-6648

Documents

Posted documents for Solicitation 12505B24R0013

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 12505B24R0013

Award Notifications

Agency published notification of awards for Solicitation 12505B24R0013

Contract Awards

Prime contracts awarded through Solicitation 12505B24R0013

Incumbent or Similar Awards

Contracts Similar to Solicitation 12505B24R0013

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 12505B24R0013

Similar Active Opportunities

Open contract opportunities similar to Solicitation 12505B24R0013

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS MWA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12505B
Source Organization Code
500033435
Last Updated
Oct. 2, 2024
Last Updated By
josh.dobereiner@ars.usda.gov
Archive Date
Oct. 1, 2024