Mississippi Bids > Bid Detail

Demolish/Dispose Building 6 (Greenhouse 30)

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159624281458508
Posted Date: Mar 14, 2023
Due Date: Mar 22, 2023
Solicitation No: 12405B23Q0130
Source: https://sam.gov/opp/b6370ee18a...
Follow
Demolish/Dispose Building 6 (Greenhouse 30)
Active
Contract Opportunity
Notice ID
12405B23Q0130
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 14, 2023 11:13 am CDT
  • Original Published Date: Mar 06, 2023 02:10 pm CST
  • Updated Date Offers Due: Mar 22, 2023 03:00 pm CDT
  • Original Date Offers Due: Mar 22, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 06, 2023
  • Original Inactive Date: Apr 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: P400 - SALVAGE- DEMOLITION OF BUILDINGS
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Poplarville , MS 39470
    USA
Description View Changes

Please read the Combined Synopsis/Solicitation and attachments in their entirety.



This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, and is being conducted according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.



The solicitation number is 12405B23Q0130 and is issued as a Request for Quotation (RFQ). This notice incorporates provisions and clauses in effect through the Federal Acquisition Circular 2023-02.



This requirement is being solicited as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 238910 – Site Preparation Contractors. The small business size standard is $16.5M.



The USDA, ARS, SEA, Southern Horticulture Research Laboratory (SHRL), Poplarville, MS location requires the following:




  • Seeking contractor to demolish Building 6 (Greenhouse 30) in its entirety and site grade the remaining area to match existing grade and provide growth and coverage with the desire turfgrass. Work is to be performed in strict accordance as detailed in attached Statement of Work (SOW).



Project Location.



USDA, ARS, SEA, Southern Horticulture Research Laboratory



810 Highway 26 West



Poplarville, Mississippi 39470



FAR 36.204 Disclosure of the magnitude of construction projects. Between $25,000 and $100,000.



Site Visit. Bidders are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The site visit shall be for the purpose of observing first hand any conditions relevant to the completion of this project. No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable.



To schedule a site visit, please contact in advance: Ray Morris, Phone: (601)403-8778, Email: ray.morris@usda.gov.



Questions. All questions pertaining to this solicitation must be in writing. All questions will be addressed by email only. Submit questions referencing solicitation number 12405B23Q0130 electronically via email to monte.jordan@usda.gov. Questions are due on or before Wednesday, March 15, 2023, by 12:00 p.m. Central Time (CT). Telephone inquiries will not be accepted.



Quotation Submission. Quotations referencing solicitation number 12405B23Q0130 should be submitted electronically via email to monte.jordan@usda.gov by Wednesday, March 22, 2023, no later than 3:00 p.m. Central Time (CT). No late quotations will be accepted.



In order to be considered for award, Offerors shall respond by submitting:




  • Fully completed and signed SF1442 Offer page referencing solicitation number 12405B23Q0130; acknowledgement of any amendments (if applicable).

  • Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price, and delivery costs as well as any applicable duties, brokerage, or customs fees. Quotation must be valid for at least 60 days after receipt of quotation. Items delivered FOB Destination inclusive of all costs.

  • SAM.gov Unique Entity ID (UEI) number listed on quotation.



Rejection of Quotation. Failure to demonstrate compliance will be cause to reject the quotation without further discussion. All responsible sources may submit an offer and will be considered.



The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.



Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting a quotation. Registration is free and you may register online at www.sam.gov.



Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation.



Any amendments and documents related to this procurement will be available electronically at the Government Point of Entry (SAM.gov). Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.



Amendment 0001 issued to provide answers to questions submitted by a interested contractor.



Q1. Is the greenhouse to be demolished located on Federal or State land?

A1. Federal.



Q2. Is a Mississippi State Contractor's License required?

A2. Yes.



Amendment 0002 issued to provide answers to questions submitted by a interested contractor.



Q3. Has an asbestos survey and/or hazardous building materials survey been conducted? If so, can these reports be provided?



A3. We have no asbestos surveys or assessments of this building.



Q4. If an asbestos inspection has not been completed, is one required to be provided by successful bidder prior to demolition?



A4. As stated in the Statement of Work, the contractor will perform an inspection/assessment prior to demolition. If additional ACM is found beyond what is known at this time (transite knee wall panels along the perimeter of the building), it will be reported to the CO and EPM for further direction and any additional abatement will have to be added by Contract Modification.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 141 EXPERIMENT STATION ROAD
  • STONEVILLE , MS 38776
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >