Closed Solicitation · DEPARTMENT OF AGRICULTURE

    INSTALLATION OF COLD STORAGE ROOM

    Sol. 1232SA25Q0201SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BELTSVILLE, MD
    Closed
    STATUS
    Closed
    closed Aug 18, 2025
    POSTED
    Jul 17, 2025
    Publication date
    NAICS CODE
    493120
    Primary industry classification
    PSC CODE
    S215
    Product & service classification

    AI Summary

    The Department of Agriculture is soliciting proposals for the installation of a cold storage room in University Park, Pennsylvania. The project has a magnitude between $25,000 and $100,000 and is set aside for small businesses. The period of performance is 120 days from the notice to proceed. Interested bidders must comply with all specified requirements and submit RFIs by July 28, 2025.

    Contract details

    Solicitation No.
    1232SA25Q0201
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 17, 2025
    Response Deadline
    August 18, 2025
    NAICS Code
    493120AI guide
    PSC / Class Code
    S215
    Issuing Office
    USDA ARS AFM APD
    Primary Contact
    Christopher Tomlin
    State
    MD
    ZIP Code
    20705
    AI Product/Service
    service

    Description

    PROJECT TITLE: Install Cold Storage Room
    PROJECT LOCATION: University Park, Pennsylvania
    MAGNITUDE OF CONSTRUCTION: Between $ 25,000 and $100,000
    TYPE CONSTRUCTION: Building
    NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE (NAICS): 493120
    SMALL BUSINESS SIZE STANDARD: $36.5 Million
    PERIOD OF PERFORMANCE: 120 calendar days from receipt of Notice to Proceed.

    WAGE DETERMINATION: Department of Labor General Decision Number PA20250082 is included as
    an attachment to solicitation and is applicable to any resultant contract. If necessary, subsequent revisions
    will be posted to the solicitation via amendment prior to Proposal submission date. Revision may also be
    applicable prior to any contract award. Wage decisions are available at www.sam.gov.

    REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information
    concerning the contract requirements, specifications and/or drawings, submit a written RFI to
    Christopher.tomlin@usda.gov. The subject line of the email must read ‘RFI – 1232SA25Q0201’. RFIs
    must be specific identifying section, paragraph and page no. of the specifications or cite the drawing number
    and must be in question format. All RFIs submitted shall include the solicitation number and title, contractor
    name, city, state, telephone, email address, date submitted, and the RFI question(s). RFI responses will be
    posted to www.sam.gov as necessary in amendment format. Deadline for submission of RFIs for this
    solicitation is close of business July 28, 2025. No questions will be answered after this date unless
    determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone
    requests for information will not be accepted or returned.

    TYPE OF SET-ASIDE

    THIS SOLICITATION IS A 100% SET-ASIDE FOR SMALL BUSINESS.
    SEE THE SOLICITATION FOR ELIGIBILITY REQUIREMENTS.

    DATABASE REGISTRATION INFORMATION

    SYSTEM FOR AWARD MANAGEMENT REGISTRATION: The System for Award Management
    (SAM) is the Official U.S. Government system that consolidated the capabilities of the Central Contractor
    Registration (CCR including FedReg), Online Representations and Certifications Application (ORCA), and
    the Excluded Parties List System (EPLS). Federal Acquisition Regulations require that federal contractors
    register in SAM at www.sam.gov and enter all mandatory information into the system.
    Warning: Award cannot be made to unregistered contractors. If registration is not active at time of
    proposal submission, the proposal may be considered non-responsive and thereafter rejected.

    THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals or businesses
    providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A
    of the Social Security Act regarding federal health care programs, the contractor is required to check the
    Excluded Parties List System (EPLS) located at www.sam.gov for each person or business providing services
    under this contract. During the performance of this contract the Contractor is prohibited from using any
    individual or business listed on the List of Excluded Individuals/Entities.

    VETS-4212 REPORTING REQUIREMENT: Contractors are required to submit a required annual Form
    VETS-4212, Federal Contractor Veterans' Employment Report (VETS-4212 Report) in all cases where the
    contractor or subcontractor has received an award of $100,000 or more in any fiscal year. Contracting
    Officers are prohibited from awarding a contract to a contractor that has not submitted a required VETS-4212
    Report with respect to the preceding fiscal year if the contractor was subject to the reporting requirement of 38
    U.S.C. 4212(d). Submit this report as soon as possible, if not already submitted, to avoid delays in the
    contract award process. For more information on this requirement and/or for completing the web-based
    reporting form, check the following website: http://www.vets4212.dol.gov. See FAR provision 52.222-38,
    Compliance with Veterans' Employment Reporting Requirements (FEB 2016) under the Representations,
    Certifications and Other Statements of Offerors, and FAR clause 52.222-37, Employment Reports Veterans
    (FEB 2016) under the General Conditions.

    E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall enroll in E-Verify
    within 30 days of the contract award date. They shall also begin using the E-Verify system to confirm that all
    of their new hires and their employees directly working on federal contracts are authorized to legally work in
    the United States. E-Verify is an Internet-based system that allows an employer, using information reported
    on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is
    no charge to employers to use E-Verify. (FAR 52.222-54).
    OTHER IMPORTANT VENDOR INFORMATION

    CONFORMANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS: The Contractor shall, as
    applicable, identify the biobased content level of the offered product(s). The content levels shall, at minimum,
    meet USDA BioPreferred’s minimum biobased content level as identified on the BioPreferred web site. Note
    that the offered product is not required to be third-party certified and qualified under the USDA Certified
    Biobased Product Labeling Program. However, offerors must be able to demonstrate that the offered product
    meets minimum content levels upon request.
    Offerors shall identify the product material and content levels (postconsumer content % and total recovered
    materials content %) for each proposed product. The content levels shall, at minimum, meet the minimum
    recommended content levels as identified under the CPG program. For purposes of this contract, applicable
    content levels will be those published at the time of the offer due date.
    Offerors shall identify the ENERGY STAR qualified product(s) by brand, model name, and model number to
    be supplied under this contract. Offerors should be prepared to provide evidence of product certification by an
    EPA-recognized certification body upon request.
    In the technical proposal, offerors shall identify the FEMP-designated product(s) by brand, model name, and
    model number to be supplied under this contract. In addition, offerors shall provide supporting documentation,
    such as product specification sheets (or a link to supporting documentation), that clearly demonstrates
    compliance with the applicable FEMP energy efficiency requirements. Compliance must be determined based
    on the industry-recognized testing standards identified by FEMP.

    Offerors shall identify the Safer Choice labeled product(s) by product name and manufacturer to be supplied
    under this contract. In addition, offerors shall provide evidence of product certification by EPA (i.e., Safer
    Choice Partnership Agreement or product listing on EPA’s Safer Choice website).
    Offerors shall identify the WaterSense labeled product(s) by brand, model name, and model number to be
    supplied under this contract. In addition, offerors shall provide evidence of product certification by an EPArecognized
    certification body.

    PAYMENT FOR MATERIALS STORED OFF-SITE: Payment in advance of installation for materials
    stored off-site is not authorized under this contract.

    SCHEDULE OF MATERIAL SUBMITTALS: The submittals contemplated by FAR 52.236-5, Material
    and Workmanship.

    Key dates

    1. July 17, 2025Posted Date
    2. August 18, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    INSTALLATION OF COLD STORAGE ROOM 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.