Closed Solicitation · DEPARTMENT OF AGRICULTURE

    12905B25Q0041 - USDA-ARS-PWA FIRE SPRINKLER REPAIRS RIVERSIDE, CA

    Sol. 12905B25Q0041Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BELTSVILLE, MD
    Closed
    STATUS
    Closed
    closed Jun 23, 2025
    POSTED
    Jun 20, 2025
    Publication date
    NAICS CODE
    238220
    Primary industry classification
    PSC CODE
    J012
    Product & service classification

    AI Summary

    The USDA Agricultural Research Service is seeking quotes for fire sprinkler repairs at their facility in Riverside, CA, under solicitation number 12905B25Q0041. This is a 100% small business set-aside, with a NAICS code of 238220 and a size standard of $19 million. The work must be completed within 30 days of award. Interested bidders should refer to the attached Statement of Work and RFQ terms for submission requirements and evaluation criteria.

    Contract details

    Solicitation No.
    12905B25Q0041
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    June 20, 2025
    Response Deadline
    June 23, 2025
    NAICS Code
    238220AI guide
    PSC / Class Code
    J012
    Issuing Office
    USDA ARS AFM APD
    Primary Contact
    Theodore Blume
    State
    MD
    ZIP Code
    20705

    Description

    This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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.

    The solicitation number is 12905B25Q0041 and is issued as a Request for Quotation (RFQ).

    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-03 dated 01/17/2025 (DEVIATION FEB 2025). Service Contract Labor Standards Wage Determination Number 2015-5629 Rev 25 dated 12-23-2024 for Riverside County, CA is applicable and is attached.

    This solicitation is issued as a 100% Total Small Business Set-Aside. The associated NAICS code is 238220 the small business size standard is $19M.

    List CLINS, item descriptions, quantities and units of measure:

    CLIN   Description                             Quantity          Unit of Issue  Total $

    0001    Repair defects as outlined in         1                       LO           $

                The SOW.

    Description/Statement of Work/Specification:

    SEE ATTACHED SOW OR REQUIREMENT

    Date(s) and place(s) of delivery and acceptance:

    Completion of work shall be 30 days after receipt of award at USDA-ARS-PWA U.S. Salinity Laboratory, 450 W. Big Springs Road, Riverside CA 92507, county of Riverside.

    FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.

    Evaluation:

    For the evaluation criteria, please see the attached RFQ terms and conditions.

    Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (DEVIATION), with their offer online at SAM: www.sam.gov.  An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.

    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, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM

    FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.

    FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION FEB 2025), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.

    There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.

    The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.

    Date, time and place offers are due.

    Offers are due by 23 June 2025, 5:00pm EDT.

    Submit offers to the following e-mail address(es), by the offer due date and time:

    Theodore.blume@usda.gov

    Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.

    Any and all questions regarding this solicitation shall be submitted in writing on Attachment III – Contractor RFI to theodore.blume@usda.gov no later than 11 June 2025, 10:00am Pacific Daylight Time.

    A site visit will be scheduled for Tuesday, 3 June 2025 at 10:00am PDT at the USDA-ARS-PWA U.S. Salinity Laboratory, 450 W. Big Springs Road, Riverside CA. This site visit is intended to give prospective offerors the opportunity to familiarize themselves with the location and to gauge the scope of work required of the contract. Prospective attendees SHALL email Jerald Bentley at Jerald.bentley@usda.gov with the attendee's full name as it appears on a Government-issued picture ID (which must be presented at the time of the site visit) and citizenship status; and their company name, physical address, email address, and phone number. The deadline for requesting a site visit is Monday June 2, 2025, 10:00am PDT. Failure to comply with the registration instructions above will result in denial of access to the location and/or participation in site visit activities.

    Key dates

    1. June 20, 2025Posted Date
    2. June 23, 2025Proposals / Responses Due

    Frequently asked questions

    12905B25Q0041 - USDA-ARS-PWA FIRE SPRINKLER REPAIRS RIVERSIDE, CA is a federal acquisition solicitation issued by DEPARTMENT OF AGRICULTURE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.