Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2022 SAM #7392
SOLICITATION NOTICE

K -- Renderer Seal Replacement and Rebuild

Notice Date
2/23/2022 10:44:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B22Q0054
 
Response Due
4/1/2022 1:00:00 PM
 
Archive Date
04/16/2022
 
Point of Contact
Missy Grice, Phone: 9706314559, Joshua J. Dobereiner, Phone: 3094033556, Fax: 3096816648
 
E-Mail Address
melissa.grice@usda.gov, josh.dobereiner@usda.gov
(melissa.grice@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12505B22Q0054 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The NAICS code applicable to this acquisition is 811310 (Commercial and Industry Machinery). This requirement is 100% set aside for small business. For a company to qualify as a small business, the small business standard is $8 million. The USDA, ARS lab in Ames, Iowa has a requirement for renderer seal replacement and repair service. The Government intends to award one firm fixed price contract. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): CLIN 1: Renderer seal replacement and repair service, per specifications attached to this solicitation. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Ames, IA 50010 and will be identified in the contract. Offerors responding to this announcement shall submit their Quote in accordance with FAR 52.212-1. 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 and (2) Price and must also have satisfactory Past Performance.� Technical acceptability will be evaluated based on company experience (OEM trained technicians). 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. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach; 2) price; and 3) Company's DUNS number. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. 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. Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Melissa Grice, Contract Specialist at melissa.grice@usda.gov no later than 3:00 PM (Central) March 25, 2022. All answers to questions will be posted as an attachment in this solicitation. Furnish quotes no later than 3:00 PM (Central), April 1, 2022 to Melissa Grice, Contract Specialist at melissa.grice@usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/799f04dc00da4a5d9f59a9a2ae968fab/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06249014-F 20220225/220223230104 (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.