BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a laboratory facility in Oxford, Mississippi. Working plans call for the renovation of a laboratory facility.

Bid Cancelled. This solicitaiton is being cnaceled due to finding out that the project is available on GSA. We are required to use GSA first if something is determined to be available on GSA. Additionally we are going a Brand Name of Trane to facilitate coordination with our systems. a Trane chiller is currently in use and this project is to replace a old York Chiller. A Trane chiller is known to connect with the Siemens control system in the facility, and a Trane system will minimize maintenance costs. GSA # is RFQ1617070. This solcitiation is being extended due to some changes with the statement of work that is forth coming. The new statement of work will be updated soon. Question are now due by 3:00 PM on 03/15/2023. An additional NAICS code that can be used is 238220 ( Plumping, Heating, and Air-Conditioning Contractors), with a small business size standard of $16.5 Million. 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 12405B23Q0128 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing), with a small business size standard of 1,250 Employees. USDA ARS NSL 598 McElroy Drive Oxford, MS 38655 Is looking for procurement of Chiller Replacement that fits into the associated Statement of Work. A site visit is scheduled for Friday, March 3, 2023, at 10:00. Please provide the name of the company and the names of personnel requesting to attend to lynn.hults@usda.gov by Thursday, March 2, 2023, no later than 4PM CST. The Government anticipates award of a Firm Fixed Price contract. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes - Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference. 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. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than Friday, March 10, 2023, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Wednesday, March 8, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. GENERAL INFORMATION 1.0 Scope of Work: Remove refrigerant and replace York chiller with a new chiller (Specs below), Leak check and charge to name plate on new Chiller. 2.0 Background: During a service call on the chiller, it was discovered that the multiple items on the York Chiller needed replacing as it is only running at half its capacity. The current chiller is costing us between $10,000 and $20,000 a year to keep running. With the upcoming hot weather, the chiller needs to be replaced or it will fail again. We currently have both a York and Trane Chiller on site that care of different sections of the building. Then new chiller will only replace the functions of the existing York Chiller. CONTRACTOR REQUIREMENTS 3.0 Technical Requirements/Tasks: a) Chiller 1) Remove Refrigerant from existing Chiller 2) Replace entire unit with a new chiller. 3) Replace Refrigerant to manufacturer recommended pressure. 4) Leak check circuit and charge to the name plate. 5) Remove old system from the NSL property 6) New system must be compatible with Siemens control systems for the building b) Replacement Chiller Requirements: Air-Cooled Scroll Chiller or equivalent 160 Nominal Tons Scroll With Variable Volume Ratio 460V/60Hz/3Phase Standard Noise UL listed to US & Canadian safety std Refrigerant Charge R-410A AHRI Certified ASHRAE 90.1/CSA Compliant (Max Qty 2) Circuit Breaker Standard Cooling (Above 40 Deg F) Brazed Plate Heat Exchanger

Final Planning

Laboratories

$200,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
56
Active Projects
27
Bidding Soon
397
All Active Projects
162
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.