South Carolina Bids > Bid Detail

Replacement of Greenhouse Shade Cloth Systems

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159063363737305
Posted Date: Aug 11, 2023
Due Date: Aug 16, 2023
Solicitation No: 12405B23Q0497
Source: https://sam.gov/opp/560e65f33d...
Follow
Replacement of Greenhouse Shade Cloth Systems
Active
Contract Opportunity
Notice ID
12405B23Q0497
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: Aug 10, 2023 10:09 pm CDT
  • Original Published Date: Jul 26, 2023 05:54 pm CDT
  • Updated Date Offers Due: Aug 16, 2023 03:00 pm CDT
  • Original Date Offers Due: Aug 16, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 31, 2023
  • Original Inactive Date: Aug 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N087 - INSTALLATION OF EQUIPMENT- AGRICULTURAL SUPPLIES
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Charleston , SC 29414
    USA
Description View Changes

AMENDMENT 0003 issued to provide answers to additional questions submitted by interested contractor.



Q7. Shade material type? Are they all the same or are their different shade levels per house?



A7. All 40% shade, waterproof, durable poly with uv protection.



Q8. Is fire retardant cloth required?



A8. Yes.



Q9. What is the electrical supply to the greenhouses (voltage & phase)?



A9. See pictures of motor specs.



Q10. Do we need to supply a control system or is there an environment control system in place?



A10. Current system exits. Wadsworth Step 50.



Q11. Target start date for replacement?



A11. 30 days from NTP.



Q12. What is the truss width vs the spacing? Usually the spacing is between 8ft-12ft.



A12. Will have to be answered by a Site Visit.



Q13. I am asked if there are benches inside and is the greenhouse on concrete slab? There is concern about the heat levels.



A13. Benches are inside and on concrete slab.



AMENDMENT 0002 issued to provide answers to questions submitted by interested contractor and provide photos requested.



Q1. Does each of the 5 greenhouses have their own curtain system motor?



A1. Yes.



Q2. What is the length and width of each greenhouse?



A2. 28’ x 31’.



Q3. What is the spacing from truss to truss?



A3. 31’.



Q4. What shade percentage would they like? We have a range from 15%-70%. Most popular is 40%-50%.



A4. **** 40%.



Q5. About what year was the original system installed?



A5. REPLACED IN 2015, Original 2009.



Q6. Pictures of the current system and motor are very helpful.



A6. SEE PHOTOS.



AMENDMENT 0001 issued to provide location Site Visit contact information for any interested contractors that need to schedule a Site Visit.



SITE VISIT CONTACT: Robert Simmons, Facility Manager, Phone (843)402-5319, Email: robert.simmons@usda.gov



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 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 12405B23Q0497 and solicitation is issued as a Request for Quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-04.



The USDA, ARS, SEA, is seeking contractor who: Shall provide all resources, labor, materials, and equipment necessary to accomplish the deliverables and services described in Statement of Work (SOW) for replacement of shade clothes to 5 designated greenhouses. Work shall be performed in accordance with attached Statement of Work (SOW).




  • Remove existing shade fabric and shade drive system including mounting hardware, lead edge tubing, drive lines, and motors from 5 designated greenhouses.

  • Furnish and install new shade drive system including new mounting hardware, lead edge tubing, drive lines, and shade drive motors.

  • Furnish and install new shade cloth fabric.

  • Test System for proper operation.



Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM.



Questions. All questions pertaining to this solicitation must be in writing. All questions will be addressed by email only. Submit questions referencing solicitation number 12405B23Q0497 electronically via email to monte.jordan@usda.gov. Questions are due August 10, 2023, no later than 12:00 p.m. Central Time (CT). Telephone inquiries will not be accepted.



Submission of Quotation. Quotation referencing solicitation number 12405B23Q0497 should be submitted electronically via email to monte.jordan@usda.gov by Wednesday, August 16, 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 SF1449 Offer page referencing solicitation number 12405B23Q0497; acknowledgment 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. Please provide cost breakdown of offer submission amount.

  • Provide SAM Unique Entity Identifier (UEI) number.



Quotation must be valid for at least 60 days after receipt of quotation. Items delivered FOB destination inclusive of all costs.



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.



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 Governmentwide Point of Entry (GPE) SAM. Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.




Attachments/Links
Contact Information
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 >