Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

N -- Fire Suppression System updates at USDA DFRC (Madison WI)

Notice Date
5/13/2022 10:39:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B22Q0097
 
Response Due
5/20/2022 11:00:00 AM
 
Archive Date
06/04/2022
 
Point of Contact
Danielle Wolz, Phone: 9706313433
 
E-Mail Address
danielle.wolz@usda.gov
(danielle.wolz@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.� Solicitation number 12505B22Q0097 is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06.� This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 561210 (Facilities Support Services), with a small business size standard of $41.5 million. This acquisition is for the following Contract Line Item Number (CLIN) identified below: CLIN 0001 - Updates to Fire Suppression System Specifications: �See attached Statement of Work document.� The Contractor shall provide all items F.O.B. destination.� Location of the Government site is the Dairy Forage Research Center (DFRC) located at 1925 Linden Drive, Madison Wisconsin.� 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 Capability and (2) Price. All responses shall be submitted electronically to danielle.wolz@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 Capability Requirement [see FAR 52.212-2 in solicitation] and (2) Price 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. INSPECTION AND ACCEPTANCE TERMS:� Services will be inspected by a Government Technical Representative.� Requirements are included in the solicitation and SOW. The applicable provisions and clauses that apply to this acquisition are included in the attached solicitation document. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact the federal service desk (FSD) by calling 1-866-606-8220 or FSD online services.� NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register.� All invoices shall be submitted electronically via the Invoice Processing Platform (IPP). Quotes must be received no later than 2:00PM Eastern Daylight Time on May 20, 2022. Questions regarding this combined synopsis/solicitation are due no later than 12:00 PM Eastern Daylight Time May 17, 2022.� Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ce666cc31684905bf1a9e9cabdf5b53/view)
 
Place of Performance
Address: Madison, WI 53706, USA
Zip Code: 53706
Country: USA
 
Record
SN06326635-F 20220515/220513230058 (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  © 1994-2020, Loren Data Corp.