Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2022 SAM #7553
SOLICITATION NOTICE

J -- CAT Generators Service and Preventative Maintenance

Notice Date
8/3/2022 3:38:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B22Q0410
 
Response Due
8/6/2022 11:00:00 AM
 
Archive Date
08/21/2022
 
Point of Contact
Peter Nelson, Phone: 7017958354
 
E-Mail Address
peter.b.nelson@usda.gov
(peter.b.nelson@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR subpart 12.6 and FAR Part 13, 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 12805B22Q0410 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2022-04. The associated NAICS Code is 811310 and the Small Business Size Standard is $11.0 Million. The USDA, Agricultural Research Service, Plains Area, Akron, CO requires Emergency Generator Service for their CAT Generators.� The Government intends to award single firm fixed price purchase order with option years. The requirements are further detail in the attached Performance Work Statement and on page 12 of this document. The DELIVERY ADDRESS is: USDA-ARS - NLFRP 1111 South Mason St. Fort Collins, CO 80526 AND USDA � ARS � CGPRS 40335 County Road GG Akron, CO 80720 DOCUMENTS TO BE INCLUDED IN QUOTE:� In order to be considered for award, Offerors shall respond by: Quote pricing document.� Document shall provide detailed pricing breakout of all costs, labor, equipment, supplies for the base year and each option year.� This will be utilized for a price realism analysis to ensure the offered amount can physically be executed in the time proposed and supplies required. Past Performance Documentation - Offerors shall provide at least (2) past performance references for similar calibration and preventative maintenance services for federal or state awarded contracts awarded within the past (5) years.� The references must include similar size/scope calibration and preventative maintenance at a federal or state facility Have an Active SAM.gov registration and complete the Representations in FAR 52.204-54; 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 52.211-6, 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 by1:00 p.m. Central Time, on or before Saturday August 6, 2022. Quotations are to be sent via email to Peter Nelson at peter.b.nelson@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. INSTRUCTIONS FOR THE PREPARATION OF OFFERS (FAR 52.212-1 Addendum) This procurement is a Solicitations competed in accordance with FAR Part 13, Total Small Business set aside. Solicitation documentation and any issued amendments will be distributed via Public Display. No hard copy solicitation materials are available. Offerors shall provide all required information referenced in this section. Failure to provide all requested information may result in the proposal not being considered for further evaluation. Offers shall submit required documents via email ONLY to peter.b.nelson@usda.gov OFFER SUBMISSION DOCUMENTS 1. Transmittal Summary Letter. A summary cover letter to the submission should provide at a minimum the following (i) Identification of the Point of Contact, current phone number, and email address. (ii) UEI Number, CAGE Code, Tax Identification Number (ii) A list of the submission package contents. 2. Contractor Quote pricing document. Document shall provide detailed pricing breakout in accordance with the CLIN structure and items requested. 3. Authorized Vender or Manufacturer verification. No third party or pass through offers will be accepted. FAR 52.212-2 � Evaluation -- Commercial Products and Commercial Services. Evaluation -- Commercial Products and Commercial Services (Nov 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced Technically Acceptable. Evaluation Methodology In accordance with FAR Part 13 the Government will award a firm fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), evaluation method. Technical Acceptability is defined as: 1) Meeting all requirements as defined in the solicitation, to include submission of all Quote submission documents referenced in Instructions for the Preparation of Offers (FAR 52.212-1 Addendum). Failure to submit ANY of the required document listed in �Offer Submission Documents (52.212-1 Addendum)� will render your quote non-responsive and thus not eligible for award. Failure to acknowledge any and all amendments will render your quote non-responsive and thus not eligible for award. 2) Authorized Vendors and Manufacturers. This requirement will ensure that devices are not counterfeit or adulterated devices, have maintained adequate storage conditions, and any warranties and service and/or maintenance agreements are transferred and will be honored by the offeror. Offerors that are 3rd party or pass through will not be accepted. 3) Acceptable rating in �Past Performance�. Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an �acceptable� or �unacceptable� basis. The apparent successful, prospective contractor must have �acceptable� past performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor Performance Assessment Reporting System (CPARS) shall be considered as part of the past performance evaluation process. Any past performance that is found to be �Negative�, shall result in the entire Past Performance rating as �Unacceptable�. �Negative� is defined as any CPARS past performance evaluation rated less than �Satisfactory�, any Terminations for Default/Cause, or any negative performance references will be rated as �Unacceptable�. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, �unknown� shall be considered �acceptable.� Any past performance that is found to be �negative�, shall result in the entire Past Performance rating as �Unacceptable� making the overall Technical Acceptability as �Unacceptable�. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eecc7ee055974d8587692afdf16b027d/view)
 
Place of Performance
Address: Fort Collins, CO 80526, USA
Zip Code: 80526
Country: USA
 
Record
SN06412346-F 20220805/220803230110 (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.