Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

20 -- Boston Whaler 210GD Boat/Aluminum trailer (or equal) with accessories per the attached Specifications/Solicitation for the Forest Service, London, Ky.

Notice Date
2/27/2020 12:23:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
DANIEL BOONE NATIONAL FOREST WINCHESTER KY 40391 USA
 
ZIP Code
40391
 
Solicitation Number
12531A20Q0002
 
Response Due
3/31/2020 10:00:00 AM
 
Archive Date
04/01/2020
 
Point of Contact
Kelly Ford, Phone: 8597453128, Steven J Alves, Phone: 8597453157
 
E-Mail Address
kelly.ford@usda.gov, steven.alves@usda.gov
(kelly.ford@usda.gov, steven.alves@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**************52.232-18 Availability of Funds.��Availability of Funds (Apr 1984)**************** Funds are not presently available for this�contract. The Government's obligation under this contract is contingent upon the availability of�appropriated funds from which payment for contract purposes can be made. No legal liability�on the part of the Government for any payment may�arise until funds are made available to the�Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.� 1)� BOAT, BOSTON WHALER 210GD OR EQUAL; INCLUDES ACCESSORIES PER ATTACHED LIST IN THE SOW/SOLICITATION. 2)� TRAILER, SUITABLE FOR BOSTON WHALER 210GD OR EQUIVALENT OFFER WITH EQUIPMENT/FUEL WEIGHT.� COMBINED SYNOPSIS-SOLICITATION.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested via UNISON GLOBAL MARKETPLACE�BUY # 1015492.� A written solicitation will not be issued. (ii) The solicitation number is 12531A20Q0002 and is issued as a request for quotes (RFQ) on UNISON GLOBAL MARKETPLACE; Link provided in the attachments section.� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective: 15 January 2020.�� 52.232-18 Availability of Funds.� Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (iv) This acquisition is set aside 100% for small business concerns. The associated North American Industrial Classification System (NAICS) code for this procurement is 336612 Boat Building with a size standard of 1,000 employees. (v) The United States Department of Agriculture (USDA) Forest Service (FS) intends to enter into a contract for a Boston Whaler 210GD (or Equal) and Law Enforcement accessories. (vi) See the entire Solicitation 12531A20Q0002 and UNISON GLOBAL MARKETPLACE BUY #1015492 for a complete description of the requirement for this combined synopsis/solicitation. (vii) The place of performance of this combined synopsis/solicitation: Contractor facility.� Boat and accessories will be delivered to: USDA-FS, London Ranger District, 761 South Laurel Road, London, KY 40744. (viii) FAR 52.212-1, Instructions to Offerors - Commercial, apply to this acquisition with no addenda to the provision. (ix) FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The contract shall be awarded to the offeror providing the best value to the Government based upon these evaluation factors: Price, Technical, and Past Performance.� Technical and past performance, when combined, are approximately equal to cost or price.� It is the contractor�s responsibility to �cross-walk� products when quoting �or equal� items.� The USDA-FS will NOT �prequalify� potential �or equal� products from vendors.� Questions pertaining to �or equal� suitability will not be answered.�� The contractor is responsible for providing Past Performance data for their �or equal� product (such as other Federal contracts in which the equal product has been accepted and the point of contact for that acquisition).� The USDA-FS may contact that POC and make a unilateral determination as to the acceptability of the �or equal� being proposed.� �(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The specific clauses required are detailed in this combined synopsis/solicitation. (xiii) Please see the entire solicitation 12531A20Q0002 for additional contract requirements and terms and conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) The due date for receipt of proposals is Tuesday, March 31, 2020 at 1300 Eastern Standard Time.� All bids must be entered through the UNISON GLOBAL MARKETPLACE BUY # 1015492 per the provided link in the attachment secion.� POC for this RFQ is:� KELLY.FORD@USDA.GOV �(xvi)� Contractors should ask all questions through the question tool on UNISON prior to the question deadline date on the site. Contractors can call Kelly Ford at 859-745-3128 to confirm receipt of any quotation.� It is the contractor�s responsibility to ensure that the quote is submitted is prior to the BUY END TIME, NO exceptions will be made. The Government reserves the right to cancel this combined synopsis/solicitation. ** The System for Award Management (SAM) is a Federal Government owned and operated free web site. All vendors must verify their information through this web site. If you were previously registered in CCR and ORCA, your organization's information is already in SAM. You just need to set up a SAM account and migrate your CCR roles. If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/88ff0ab792f64d449bcf58c0a959f2d1/view)
 
Place of Performance
Address: London, KY 40744, USA
Zip Code: 40744
Country: USA
 
Record
SN05574494-F 20200229/200227230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.