Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

F -- USFWS-LITTLE PEND OREILLE NWR-HERBICIDE APPLICATIO

Notice Date
8/21/2020 10:28:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
FWS PACIFIC REGIONAL OFFICE PORTLAND OR 97232 USA
 
ZIP Code
97232
 
Solicitation Number
140F0120Q0190
 
Response Due
9/4/2020 12:00:00 AM
 
Archive Date
09/19/2020
 
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 has a requirement for herbicide application services located at Little Pend Oreille National Wildlife Refuge in Colville, WA. The anticipated performance period is from 10/1/2020 to 9/30/2023. The performance period includes a one-year Base period and 2 one-year option periods (if exercised). 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) and (list other factors). 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. Submittals for Additional Factors Other than Price: 1) Technical Approach Statement: Please submit a technical approach statement of no more than 2 pages that outlines your proposed approach for fulfilling the requirements of the SOW. 2) Past Experience: Offeror shall submit at least two (2) and no more than three (3) examples of projects done over the last five (5) years similar in size, scope and nature to this project. Include a brief narrative of the work done and the overall cost of the project. Submittal shall not exceed three (3) pages total. 3) Past Performance: Offeror shall submit points of contact (Name, title, email, phone number) for each of the Past Experience examples provided (may be include within the past experience documentation or listed separately). 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. Requests for Information Due: Friday August 28, 2020 at 17:00 PDT to aaron_eubank@fws.gov Quotes Due: Friday, September 4, 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/17d6551ac5a74e04aef54f78330a62dd/view)
 
Record
SN05768870-F 20200823/200821230202 (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.