United States Department of Agriculture

Overhaul of Chiller #1 - Stoneville, MS

Last update: Jun 23, 2022 Last update: 23 Jun, 2022

Details

Location:USAUSA
Category:Non-consulting services
Status:Awarded
Sectors:Refrigeration
Contracting Authority Type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted:23 May, 2022

Attachments 3

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 0

Status

Date

Description

Notice ID
12405B22Q0144
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS SEA AAO ACQ/PER PROP


General Information
Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
Original Published Date: May 20, 2022 02:32 pm CDT
Original Date Offers Due: May 26, 2022 01:00 pm CDT
Inactive Policy: 15 days after date offers due
Original Inactive Date: Jun 10, 2022
Initiative:
None


Classification
Original Set Aside:
Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
NAICS Code:
238220 - Plumbing, Heating, and Air-Conditioning Contractors
Place of Performance:
Stoneville , MS 38776
USA


Description
This is a combined synopsis/solicitation for commercial goods and commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number is 12405B22Q0144 and is issued as a request for quotation (RFQ). The NAICS code is 238220 – Plumbing, Heating, and Air-conditioning Contractors. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-06.

The USDA-ARS-SEA JWDSRC, located Stoneville, MS., has a requirement for services to: Provide all equipment, labor, and materials necessary to Overhaul existing #1 YORK 250 Ton Chiller to include:

Recovery of refrigerant and oil.
pull compressors and overhaul including installation of new high and low speed bearings.
cleaning oil sump and installing recovered and filtered refrigerant.
new oil filter and refrigerant filters.
Reinstalling compressor and motor and performing startup
This project is to overhaul the chiller and replace worn parts and components to extend the service life of the unit. The current chiller is a York unit and will require York OEM parts so they can integrate seamlessly into the unit and perform on a basis consistent with the design of the unit. All work associated with this requirement, shall be performed by a York Certified Industrial HVAC Contractor. Any response received that is not in compliance with these requirements will be consider non-responsive and will not be accepted.

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. 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 GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES 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 GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial goods and commercial services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services.

QUOTED PRICE MUST INCLUDE: Any delivery costs as well as any applicable duties, brokerage, or customs fees.

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer.

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.beta.SAM.gov.

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 3:00 p.m. Central Daylight time, May 26, 202. Quotations are to be addressed to Huron Virden, at huron.virden@usda.gov.

Primary Point of Contact:

Huron Virden

Contract Specialist

Huron.virden@usda.gov.

 

Contact Information


Contracting Office Address
141 EXPERIMENT STATION ROAD
STONEVILLE , MS 38776
USA

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Learn more about our membership benefits