AMENDMENT 01 - 08/01/2025
Solicitation is amended to post responses to all requests for information (RFIs) received by the RFI deadline, announce organized site visits, and extend the quote due date to 2:00 PM CDT on August 22, 2025. All other terms and conditions remain unchanged.
Acknowledgement of amendment is required with quote submission by returning a signed copy of the SF30.
Organized site visits are scheduled for August 13, 2025 at 1:00 PM CDT and August 14, 2025 at 9:00 AM CDT. The site visit will be held at the project location. The same information will be provided at both site visits, so vendors only need to attend one. In order to attend the site visit, you MUST register by 2:00 PM CDT on August 12, 2025. Register by emailing josh.dobereiner@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for. An email response will be sent confirming your registration.
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 quotes. Attendance at the site visit is not mandatory for quote 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 the solicitation.
END OF AMENDMENT 01
____________________________________________________________
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number 1232SA25Q0378 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated 06/11/2025. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $12.5 million.
This acquisition is for the following item as identified in the Line Item Number(s):
0001) Boilers Maintenance and Tuning – BASE YEAR
1001) Boilers Maintenance and Tuning – OPTION YEAR 1
2001) Boilers Maintenance and Tuning – OPTION YEAR 2
3001) Boilers Maintenance and Tuning – OPTION YEAR 3
4001) Boilers Maintenance and Tuning – OPTION YEAR 4
Specifications: See attached Statement of Work.
The Contractor shall provide all items F.O.B. destination. Location of the Government site is USDA ARS Manhattan, KS 66502 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.
Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Capability (technicians with a minimum of five years’ experience) and (2) Price and a completed copy of FAR Provision 52.212-3.
All responses shall be submitted electronically to josh.dobereiner@usda.gov.
The basis for award is lowest price technically acceptable (LPTA). "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Capability and (2) Price (to include shipping) and must also have satisfactory Past Performance. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.
INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by the Technical Representative and accepted at destination. Period of performance is as follows:
Base Year: 09/01/2025-08/31/2026
Option Year 1: 09/01/2026-08/31/2027
Option Year 2: 09/01/2027-08/31/2028
Option Year 3: 09/01/2028-08/31/2029
Option Year 4: 09/01/2029-08/31/2030
See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically.
Quotes must be received no later than 2:00 PM Central Daylight Time (CDT) on August 8, 2025.
Questions in regards to this combined synopsis/solicitation are due no later than 4:00 PM CDT on July 30, 2025. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmation Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.