Closed Solicitation · DEPARTMENT OF AGRICULTURE

    GENERATOR INSTALL

    Sol. 1232SA25Q0088Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BELTSVILLE, MD
    Closed
    STATUS
    Closed
    closed Aug 1, 2025
    POSTED
    Jul 23, 2025
    Publication date
    NAICS CODE
    238220
    Primary industry classification
    PSC CODE
    Z2EZ
    Product & service classification

    AI Summary

    The USDA Agricultural Research Service is seeking quotes for generator installation at the National Clonal Germplasm Repository in Riverside, CA. This is a total small business set-aside opportunity with a project magnitude between $25,000 and $100,000. The contract will be awarded based on the Lowest Price Technically Acceptable method, and a site visit is scheduled for July 10th.

    Contract details

    Solicitation No.
    1232SA25Q0088
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 23, 2025
    Response Deadline
    August 1, 2025
    NAICS Code
    238220AI guide
    PSC / Class Code
    Z2EZ
    Issuing Office
    USDA ARS AFM APD
    Primary Contact
    Elizabeth Wilson
    State
    MD
    ZIP Code
    20705
    AI Product/Service
    service

    Description

    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement at USDA ARS National Clonal Germplasm Repository 1060 Martin Luther King Blvd., Riverside, CA 92546.

    Solicitation 1232SA25Q0088 is issued as a Request for Quote (RFQ). The solicitation document, with the incorporated clauses and provisions, will be issued in accordance with the Federal Acquisition Regulation (FAR) 36 and will be incorporated in the awarded firm-fixed price contract. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available.

    This will be evaluated using Lowest Price Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M. Award will be Firm Fixed Price (FFP).

    Notice of Set-Aside for Small Business Concerns:

    This requirement is a Total Small Business Set Aside. The associated NAICS Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors.

    The small business size standard is $19.0 million. IAW FAR 36.204, the magnitude of this project is between $25,000 and $100,000.

    Period of performance is 90 days after receipt of the Notice to Proceed.

    Bonds: If the contract exceeds $35,000, the offeror to whom award is made shall furnish a payment security, which can be a payment bond or an alternative form per FAR 52.228-13, Alternative Payment Protections. Awards exceeding $150,000 require both Payment and Performance Bonds. See solicitation details regarding a Bid Bond, which will be required. Site Visit: An organized site visit will be conducted.

    An organized site visit has been scheduled for-

    Thursday, July 10th at 9:00AM PT.

    The site visit will be held at the project location. In order to attend the site visit, you will be required to pre-register. 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 offers. Attendance at this site visit is not mandatory for offer 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 this document. Telephone requests for information will not be accepted or returned.

    To register to attend the site visit you must email Elizabeth Wilson at Elizabeth.Wilson2@usda.gov with company name and names of attendees. Registration required by July 9th at 2:00PM PT.

    Biobased Products: 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. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.

    All submissions of electronic documents shall be via email to the following email address, Elizabeth.Wilson2@usda.gov.

    * Amended SOW posted 7/23/25.

    Key dates

    1. July 23, 2025Posted Date
    2. August 1, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    GENERATOR INSTALL 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.