Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 12 PM
Combined Synopsis/Solicitation
Columbia Missouri

Replace Headhouse Roof - Columbus, MO

Details

Solicitation ID 1232SA25R0006
Posted Date 25 Jun 2025 at 12 PM
Response Date 07 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Afm Apd
Agency Department Of Agriculture
Location Columbia Missouri United states 65211

Sign up to access Documents

Signup now

Description of Amendment 00001
1. Updated Period of Non-Performance. Period of Non-Performance shall not exceed 180 days after contract award.
Period of Performance remains unchanged after notice to proceed.
0001 - Base: 45 calendar days after Notice to Proceed is issued.
0002 - Option 1: 20 calendar days after Notice to Proceed is issued.
0003 - Option 2: 20 calendar days after Notice to Proceed is issued.
The expectation for delivery timeframes is that the work will be consecutive, based on the awarded items. If any options are exercised after award the listed delivery timeframe will be added to the time frame of the already awarded Line Items.
2. Added Attachments
Attachment 8 - RFI Submittal Form with Answers
Attachment 9 - Substitution Request - DMI
All other terms and conditions remain unchanged.

--------------------------------

The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to Replace Headhouse Roof at the Plant Genetics Research Unit in Columbia, MO.

Solicitation 12505B24R0004 is issued as a Request for Proposals (RFP).  The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order.  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.

Notice of Set-Aside for Small Business Concerns:  This requirement is a Total Small Business Set Aside.

The associated NAICS Code is 238160, Roofing Contractors.  The small business size standard is $19.0 million.

Magnitude of Construction is between $100,000 and $250,000.

Period of performance is 85 days after receipt of the Notice to Proceed.

Bonds:  Bid, Payment, and Performance Bonds are required.

Site Visit:  Organized site visits have been scheduled for June 17, 2025 at 1:00 PM CDT and June 18, 2025 at 9:00 AM CDT.  The same information will be provided at both site visits, so offerors only need to attend one.  In order to attend the site visit, you MUST pre-register by June 16, 2025 at 11:00 PM CDT.  Pre-register by emailing [email protected] with your company name and the name(s) of the representative(s) who will attend. The site visit will be held at the project location.  The same information will be provided at both site visits, so offerors only need to attend one. An email response will be sent confirming your registration.

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.

All questions regarding this solicitation must be submitted in writing to the Contract Specialist Tiffany Reval, via email to [email protected]Deadline for submission of RFIs for this solicitation is 4:00 PM CDT on June 20, 2025.  Answers to all questions received by that time will be posted as an amendment to the solicitation.  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.

Interested offerors must be registered in the System for Award Management (SAM).  To register, go to www.sam.gov.  Instructions for registering are on the web page (there is no registration fee).

The solicitation and associated information will be available only from the Contract Opportunities page at sam.gov.

This solicitation is NOT an invitation for bids and there will be NO formal public bid opening.  All inquiries must be in writing via email to the persons specified in this solicitation.  All answers will be provided in writing via posting to the web.

DISCLAIMER:  The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source.  Amendments, if/when issued, will be posted to Contracting Opportunities for electronic downloading.  This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to this solicitation.  Websites are occasionally inaccessible due to various reasons.  The Government is not responsible for any loss of internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages.  The Government will not issue paper copies.

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.

Information concerning the REE policies and procedures regarding the definitization of equitable adjustments for change orders under construction contracts and the time required for definitization of those actions per 15 U.S.C. 644 is available at https://www.ars.usda.gov/afm/apd/acquisitions/.

Similar Opportunities

Columbia Missouri 07 Jul 2025 at 9 PM
Yorktown Virginia 30 Jul 2025 at 7 PM
Boston Massachusetts 17 Jul 2025 at 6 PM
Location Unknown 30 Dec 2025 at 5 AM (estimated)
Location Unknown 21 Jul 2025 at 11 PM

Similar Awards

Beltsville Maryland Not Specified
Location Unknown 26 Aug 2008 at 4 PM
Location Unknown 26 Aug 2009 at 3 PM
New york New york Not Specified
Center Kentucky 01 Oct 2010 at 2 PM