Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2021 SAM #7215
SOLICITATION NOTICE

38 -- Wheel Loader Lease

Notice Date
8/31/2021 1:18:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B21Q0565
 
Response Due
9/10/2021 4:00:00 PM
 
Archive Date
09/25/2021
 
Point of Contact
Amber Smith, Phone: 9704927031
 
E-Mail Address
amber.m.smith@usda.gov
(amber.m.smith@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial item 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 12805B21Q0565 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2021-06. The associated NAICS Code is 333120 and the Small Business Size Standard is 1,250 employees. The USDA, Agricultural Research Service, Plains Area, Cotton Production and Processing require purchase of one (1) wheel loader 6-month lease.� The Government intends to award a firm fixed price purchase order. The requirements are further detail in the attached Requirements Document. The DELIVERY ADDRESS is: PA Cotton Production and Processing 1604 East FM 1294 Lubbock, TX 79403 DOCUMENTS TO BE INCLUDED IN QUOTE:� In order to be considered for award, Offerors shall respond by: 1) Providing a quote on company letterhead addressing all of the requirements of the RFQ, clearly note per item pricing, shipping/handling/delivery costs, and be valid for at least 30 days after receipt of quote.� � 2) Have an Active SAM.gov registration and complete the Representations in FAR 52.204-24; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov). FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document.� Additionally, other contract requirements and terms/conditions can be located in the same document. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote meets the lowest price technically acceptable evaluation methodology. All sources wishing to quote shall furnish a quotation by 5:00 p.m. Mountain Time, on or before September 10th, 2021. �Quotations are to be sent via email to Amber Smith at amber.m.smith@usda.gov. Failure to provide the required information in the requested format may result in quotes not being considered for award. Attached Provisions/Clauses apply to this RFQ and any subsequent award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/85394ef400a842c4986976ad0f8cae8c/view)
 
Place of Performance
Address: Lubbock, TX 79403, USA
Zip Code: 79403
Country: USA
 
Record
SN06117822-F 20210902/210831230120 (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.