Wisconsin Bids > Bid Detail

Replace Generator and Associated Repairs

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159130303149446
Posted Date: Jun 22, 2023
Due Date: Jul 7, 2023
Solicitation No: 12505B23R0007
Source: https://sam.gov/opp/c5907748ef...
Follow
Replace Generator and Associated Repairs
Active
Contract Opportunity
Notice ID
12505B23R0007
Related Notice
12505B23R0007
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA 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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 21, 2023 04:14 pm EDT
  • Original Response Date: Jul 07, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Madison , WI 53706
    USA
Description

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to replace Generator and Associated Repairs in Madison, WI.



PROJECT SCOPE: Base Bid: Provide replacement of existing generator with new along with associated mounting pad installation, associated electrical distribution system modifications, associated electrical installations, and associated miscellaneous installations, Bid Option 01: In lieu of providing re-installation of exterior louver(s) at Room 151A, provide new wall construction to close opening(s), Bid Option 02: In underground electrical duct bank installation, provide 4” thick concrete cap above conduit runs, Bid Option 03: Provide new fence installation around new generator installation. Base bid and all bid options shall be in accordance with the Statement of Work. Complete specifications and drawings will be provided with the solicitation.



Site visits are tentatively scheduled for July 18, 2023 at 1:00 PM CDT and July 19, 2023 at 1:00 PM CDT. The same information will be provided at both site visits, so offerors only need to attend one. Additional details, including how to register for the site visit, will be provided in the solicitation.



SOLICITATION PERIOD: A request for proposal is scheduled to release on or about July 10, 2023. Proposals will be due on or about August 10, 2023.



SOLICITATION PROCEDURES: The acquisition will be issued as a Total Small Business Set Aside, Request for Proposal using the Contract Opportunities on the sam.gov website. The NAICS code for this procurement is 335312; Small Business Size Standard is 1,250 Employees. Product Service Code (PSC) is 6115. The anticipated period of performance will be 330 calendar days from Notice To Proceed. A Bid Guarantee, Performance Bond, and Payment Bond will be required. It is anticipated that award will result in a single award firm-fixed price contract.



This is an electronically issued acquisition. The solicitation will be available at the Contract Opportunities on the sam.gov website. Offerors are responsible for routinely checking the website for any possible solicitation amendments that may be issued. All responsible offerors may submit a proposal. To be eligible for award, offerors must be registered in the System for Award Management (SAM) database. Offerors may obtain information on registration in the SAM at https://www.sam.gov. Electronic proposals submitted via email is preferred.



This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferredSM Program.






Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • 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 >