Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2021 SAM #7208
SOLICITATION NOTICE

44 -- Controlled Atmosphere Furnace

Notice Date
8/24/2021 5:49:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0228
 
Response Due
9/3/2021 2:00:00 PM
 
Archive Date
09/18/2021
 
Point of Contact
Joshua J. Dobereiner, Phone: 3096816410, Fax: 3096816648
 
E-Mail Address
josh.dobereiner@usda.gov
(josh.dobereiner@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.� Solicitation number 12505B21Q0228 is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 333994 (Industrial Process Furnace and Oven Manufacturing), with a small business size standard of 500 employees. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001)� Controlled Atmosphere Furnace Specifications: �See attached Specifications. The Contractor shall provide all items F.O.B. destination.� Location of the Government site is aboard USDA ARS Peoria, IL 61604 and will be identified in the contract.� The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1.� Submission of quote shall include the following:� (1) Technical Specifications and (2) Price (to include shipping). All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is lowest price technically acceptable (LPTA).� LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are:� (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.� If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.� This will continue until the lowest price proposal is determined technically acceptable.� Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination.� Delivery is requested within 120 days of receipt of order. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:� FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-3 Offeror Representations and Certifications�Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor � Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.� NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.� All invoices shall be submitted electronically. Quotes must be received no later than 4:00PM CDT on September 3, 2021. Questions in regards to this combined synopsis/solicitation are due no later than 3:00PM CDT on August 20, 2021.� Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. AMENDMENT 01 - 08/24/2021 This amendment provides responses to all requests for information received by the RFI deadline.� Also, on the SF-1449, the quote due date was erroneously listed as 08/20/2021.� Quotes are actually due 09/03/2021, as noted in SAM.� All other terms and conditions remain unchanged.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb61273cb2dd4f3fbf6d980b17d032e6/view)
 
Place of Performance
Address: Peoria, IL 61604, USA
Zip Code: 61604
Country: USA
 
Record
SN06108863-F 20210826/210824230128 (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.