Georgia Bids > Bid Detail

LED Grow Light Project Greenhouse Complex Building #4385

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159509177564248
Posted Date: Feb 28, 2024
Due Date: Mar 11, 2024
Source: https://sam.gov/opp/03534c135e...
Follow
LED Grow Light Project Greenhouse Complex Building #4385
Active
Contract Opportunity
Notice ID
12405B24Q0078
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?

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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 28, 2024 11:28 am CST
  • Original Published Date: Feb 08, 2024 08:26 am CST
  • Updated Date Offers Due: Mar 11, 2024 03:00 pm CDT
  • Original Date Offers Due: Mar 11, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 26, 2024
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N062 - INSTALLATION OF EQUIPMENT- LIGHTING FIXTURES AND LAMPS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Griffin , GA 30223
    USA
Description View Changes

AMENDMENT 0001 ISSUED TO PROVIDE ANSWERS TO QUESTIONS SUBMITTED BY INTERESTED CONTRACTORS.

Q1: Who will provide the lights for the project?

A1: The contractor is to provide the lights.

Q2: What is the light part number?

A2: P.L. Triplane Daylight LO with 10' cord female to whip end.

Q3: What type of timeclocks are needed?

A3: 7-day programmable timeclock.

Q4: How many timeclocks are needed?

A4: One timeclock for each bay that lights are installed in.

Q5: Do we require certified payrolls on this project?

A5: Certified payrolls are not required.



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 12405B24Q0078 and solicitation is issued as a Request for Quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-02.



Description. Seeking Contractor who shall provide all professional services necessary to install new LED grow light systems in two 24’x32’ Greenhouse bays (Bay 2E and 5E) and two 35’x32’ Greenhouse bays (Bay 1E and 6E) at the USDA, ARS, SEA, Plant Genetic Resources Conservation Unit (PGRCU), Greenhouse Complex Building #4385, 1109 Experiment Street, Griffin, Georgia 30223. All work shall be performed in accordance with attached Statement of Work (SOW).



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 firsthand 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.



Site Visit Date and Time. Site Visit is scheduled for Tuesday, February 27, 2024, at 9:00 a.m. Eastern Time (ET) at USDA, ARS, SEA, Plant Genetic Resources Conservation Unit (PGRCU), Greenhouse Complex Building #4385, 1109 Experiment Street, Griffin, Georgia 30223 location.



Questions. All questions pertaining to this solicitation must be in writing. All questions will be addressed by email only. Submit questions referencing solicitation number 12405B24Q0078 electronically via email to monte.jordan@usda.gov. Questions are due on or before Tuesday, March 5, 2024, by 12:00 p.m. Central Time (CT). Telephone inquiries will not be accepted.



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.



Quotation Submission. Quotation referencing solicitation number 12405B24Q0078 should be submitted electronically via email to monte.jordan@usda.gov by Monday, March 11, 2024, 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 12405B24Q0078; 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. Items delivered FOB Destination inclusive of all costs.

  • Provide SAM Unique Entity Identifier (UEI) number.



Quotation must be valid for at least 60 days after receipt of 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.



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 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 >