Orchard Irrigation Upgrade

Agency: AGRICULTURE, DEPARTMENT OF
State: West Virginia
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159655124193394
Posted Date: Apr 5, 2024
Due Date: Apr 19, 2024
Solicitation No: 12305B24R0022
Source: Members Only
Follow
Orchard Irrigation Upgrade
Active
Contract Opportunity
Notice ID
12305B24R0022
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS NEA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 05, 2024 11:49 am EDT
  • Original Published Date: Apr 04, 2024 12:34 pm EDT
  • Updated Response Date: Apr 19, 2024 04:00 pm EDT
  • Original Response Date: Apr 19, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 20, 2024
  • Original Inactive Date: May 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1NE - CONSTRUCTION OF WATER SUPPLY FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    WV 25430
    USA
Description View Changes

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement at Appalachian Fruit Research Station (AFRS), Kearneysville, WV.

Solicitation 12305B24R0022 will be issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 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. This will be evaluated using Lowest Price Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M. Award will be Firm Fixed Price (FFP). A solicitation will be released on or around April 19, 2024.

Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside.

The associated NAICS Code is 237110, Water and Sewer Line and Related Structures Construction. The small business size standard is $45.0 million.

IAW FAR 36.204, the magnitude of this project is between $1,000,000 and $5,000,000.

Period of performance is 180 days after receipt of the Notice to Proceed.

Bonds: If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections. Awards exceeding $150,000 require both Payment and Performance Bonds. See solicitation details regarding a Bid Bond, which will be required.

Site Visit: An organized site visit will be conducted and is estimated to be scheduled the first week of May.





The site visit will be held at the project location. In order to attend the site visit, you will be required to pre-register. Details will be in the solicitation once posted.

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. Telephone requests for information will not be accepted or returned.

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.


Attachments/Links
Contact Information
Contracting Office Address
  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 4, 2024[Presolicitation (Original)] Orchard Irrigation Upgrade
Apr 25, 2024[Solicitation (Original)] Orchard Irrigation Upgrade

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 >