Search Contract Opportunities

Incinerator 5 Refractory Demolition and Reline   2

ID: 12505B23R0006 • Type: Solicitation

Description

Posted: May 31, 2023, 3:46 p.m. EDT

Amendment 0002: The purpose of this amendment is to extend the solicitation closing date to June 6, 2023 at 2:00pm CT. All other terms and conditions remain unchanged.

********************************************************************************

Amendment 0001: The purpose of this amendment is to extend the solicitation closing date to June 1, 2023 at 2:00pm CT. All other terms and conditions remain unchanged.

********************************************************************************

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for an Incinerator 5 Refractory Demolition and Reline located at Ames, IA.

Solicitation 12505B23R0006 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 13 and 36 and will be incorporated in the awarded firm-fixed price contract. Interested vendors 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 100% Total Small Business Set Aside.

The associated NAICS Code is 236210, Industrial Building Construction. The small business size standard is $45 million.

Magnitude of Construction is estimated to be between $100,000 and $250,000.

Period of performance is 90 days after receipt of the Notice to Proceed to include inspection and punch list.

Site Visit: Organized site visits are scheduled for Wednesday, May 3, 2023 at 9:00 AM CT and Thursday, May 4, 2023, at 1:00 PM CT. Face coverings must be worn at all times. The site visit will be held at the project location. The same information will be provided at all site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by close of business on May 1, 2023. Pre-register by emailing melissa.grice@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 Contract Specialist, Melissa Grice, via email to melissa.grice@usda.gov. Questions must be submitted no later than close of business on ***May 11, 2023.***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 and active in the System for Award Management (SAM) at the time the proposal is submitted. To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).

The solicitation and associated information will be available onlv 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 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.

Posted: May 17, 2023, 2:40 p.m. EDT
Posted: April 20, 2023, 2:59 p.m. EDT

Overview

Response Deadline
June 6, 2023, 3:00 p.m. EDT (original: May 18, 2023, 3:00 p.m. EDT) Past Due
Posted
April 20, 2023, 2:59 p.m. EDT (updated: May 31, 2023, 3:46 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Ames, IA 50010 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
On 4/20/23 ARS Midwest Area issued Solicitation 12505B23R0006 for Incinerator 5 Refractory Demolition and Reline due 6/6/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236210 (SBA Size Standard $45 Million) and PSC Y1EZ.
Primary Contact
Name
Missy Grice   Profile
Phone
(970) 631-4559

Documents

Posted documents for Solicitation 12505B23R0006

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 12505B23R0006

Award Notifications

Agency published notification of awards for Solicitation 12505B23R0006

Contract Awards

Prime contracts awarded through Solicitation 12505B23R0006

Incumbent or Similar Awards

Contracts Similar to Solicitation 12505B23R0006

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 12505B23R0006

Similar Active Opportunities

Open contract opportunities similar to Solicitation 12505B23R0006

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
June 21, 2023
Last Updated By
melissa.grice@usda.gov
Archive Date
June 21, 2023