Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

F -- USFWS-KLAMATH BASIN NWRC-AERIAL APPLICATION

Notice Date
6/25/2020 8:41:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
FWS NORTHEAST REGIONAL OFFICE HADLEY MA 01035 USA
 
ZIP Code
01035
 
Solicitation Number
140F0120Q0117
 
Response Due
7/10/2020 12:00:00 AM
 
Archive Date
07/25/2020
 
Point of Contact
Eubank, Aaron
 
E-Mail Address
aaron_eubank@fws.gov
(aaron_eubank@fws.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 and a separate written solicitation will not be issued. U.S. Fish and Wildlife Service, Portland, OR has a requirement for herbicide spraying services located at Klamath Basin National Wildlife Refuge Antelope Flats Unit, Klamath County, OR. The anticipated performance period is from date of award to November 2021 (depending on the exercise of option items). This Request for Quotation (RFQ) is a TOTAL SMALL BUSINESS SET ASIDE and is conducted under the procedures of FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular 2020-05. The NAICS code is 115112 Soil Preparation, Planting, and Cultivating and the small business size standard is $8 million. Instructions All responsible small business sources may submit a quote, which shall be considered by the agency. Award will be made as a firm-fixed-price contract. The basis of award is the best value to the government when considering price (fair and reasonable), technical approach statement and past experience. Award will be made to a responsible source pursuant to FAR subpart 9.1. Options will be evaluated in accordance with FAR provision 52.212-2 - Evaluation -- Commercial Items. Please submit a technical approach statement of no more than 2 pages that outlines your proposed approach for fulfilling the requirements of the PWS. In this statement, please also include at least 2 and no more than 3 examples of past experience relevant to the scope and nature of this contract. Specifically note experience that demonstrates capability to upload treatment maps, treat discrete locations, and to provide tracked location information in a format compatible with ArcGIS (in accordance with the qualifications detailed in the SOW. Please submit your quotation (showing unit and total price) on company letterhead or the enclosed SF- 1449 form with DUNS No. and point of contact phone number and e-mail address. Additionally, if your company holds a GSA contract that would apply to this requirement, please provide the contract number. Refer to FAR provision 52.212-1 Instructions to Offerors - Commercial Items for additional submission guidance, and include a copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items with applicable sections completed. Site visits are available for this solicitation on an as-requested basis until Thursday, July 2nd, 2020. To set up a site visit, contact Dustin Taylor at 541-891-2163, or dustin_taylor@fws.gov. Requests for Information Due: Thursday July 2, 2020 to aaron_eubank@fws.gov Quotes Due: Friday July 10th, 2020 at 17:00 PDT E-Mailed Quote Submission: aaron_eubank@fws.gov In order to have a quote considered for award, respondent must be registered at the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the time an award decision is necessary.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dba8e7560cd54bac8b6e5311ef12ca9e/view)
 
Record
SN05702587-F 20200627/200625230147 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.