Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

70 -- Mobile Pesticide App and Website

Notice Date
9/10/2020 2:06:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20Q0156
 
Response Due
9/11/2020 12:00:00 PM
 
Archive Date
09/26/2020
 
Point of Contact
Shalunda S. Mix
 
E-Mail Address
shalunda.mix@ars.usda.gov
(shalunda.mix@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ALL QUESTIONS MUST BE RECEIVED BEFORE 5:00 P.M. CST, SEPTEMBER 10, 2020. ANY QUESTIONS RECEIVED AFTER THIS TIME WILL NOT GET A RESPONSE. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 written solicitation will not be issued. The solicitation number is 12405B20Q0156 and is issued as a request for quotation (RFQ). The NAICS code is 541511, Custom Computer Programming Services This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2020-08. The USDA, ARS, in Gainesville, FL requires a The Mobile Pesticide App and Website based on the following: Background Vector control techniques used throughout the world against mosquitoes, sand flies, and filth-breeding flies have been over-generalized from limited trials in a single ecological region (southeast US). Research in our group has demonstrated that pesticide efficacy varies by environment, ecological region, target insect, application equipment, and application technique. Intense and ongoing globalization of vector borne pathogens, accompanied by expanding ranges of vectors themselves, has created diverse nuisance and vector-borne insect threats to public and veterinary health. A gap exists between end-user stakeholders and recent experimentally-derived pesticide delivery methods that are effective, efficient, and sustainable across a range of austere arid, temperate, and tropical environments. It is vital that the most current guidance on specific and innovative combinations of pesticides, equipment, and techniques optimized to reduce transmission risk in specific environments is immediately accessible to operational entomologists and public health agencies to plan sustainable, effective disease-vector control operations. The Mobile Pesticide App will bring together data from diverse scientific publications, technical guides, presentations, and unpublished reports that are not easily accessed or synthesized by stakeholders into easy-to-use operational pesticide application guidance specific to environment and target insect and readily accessible by stakeholders worldwide. PLEASE SEE ATTACHED STATEMENT OF WORK FOR COMPLETE REQUIRMENTS. This should be delivered to the USDA-ARS, 1600 SW 23rd Drive Gainesville, FL 32608. Any quotes not meeting the minimum specifications/ requirements will not be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services. DELIVERY: FOB Destination. Deliver to the USDA-ARS, 1600 SW 23rd Drive Gainesville, FL 32608. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: https://beta.sam.gov/. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. ALSO COMPLETE SECTION D OF UPDATED FAR CLAUSE 52.204-24. PLEASE SIGN AT THE BOTTOM AND RETURN WITH YOUR QUOTE. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror�s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, September 11, 2020. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at Shalunda.mix@usda.gov. Additional information may be obtained by contacting the Contracting Officer by email. ALL QUESTIONS MUST BE RECEIVED BEFORE 5:00 P.M. CST, SEPTEMBER 10, 2020. ANY QUESTIONS RECEIVED AFTER THIS TIME WILL NOT GET A RESPONSE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9236b34fb96d4c5289a5daef67f1379e/view)
 
Record
SN05793804-F 20200912/200910230152 (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.