Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2023 SAM #7883
MODIFICATION

B -- Pollinator Analysis

Notice Date
6/26/2023 2:52:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
PBS R9 AMD SERVICES CONTRACTING BRANCH SAN FRANCISCO CA 94102 USA
 
ZIP Code
94102
 
Solicitation Number
47PK0223Q0023
 
Response Due
7/5/2023 12:00:00 PM
 
Archive Date
07/20/2023
 
Point of Contact
Wendell Mendoza, Phone: 9494122352, Tue Tran, Phone: 9493591696
 
E-Mail Address
wendell.mendoza@gsa.gov, tue.tran@gsa.gov
(wendell.mendoza@gsa.gov, tue.tran@gsa.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 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. Solicitation # 47PK0223Q0023 is issued as a Request for Quote (RFQ) and constitutes the only solicitation.� The Government intends to award a single Firm-Fixed Price (FFP) award from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-04, dated June 2, 2023. This procurement will be issued as a 100% total set aside for Small Businesses, see FAR Clause 52.219-6.� The North American Industry Classification System (NAICS) Code is 541990 � � All Other Professional, Scientific, and Technical Services and the Small Business Administration�s (SBA) size standard is $19 million for this procurement.� Contractor must be considered a Small Business concern under this NAICS to submit a quote.� Contractor must be aware of FAR Clause 52.219-14 - Limitations on Subcontracting (OCT 2022) and be in compliance with this Clause during the performance of this contract. The General Services Administration (GSA) Public Buildings Service (PBS) Region 9, Facilities Management Division requires the installation and managing two beehives each at one GSA owned or operated site in Region 9. �The contractor will conduct genetic analysis of the honey produced to determine what forage allows the critical pollinators to best thrive.� The project expects to combine a traditional service with a state-of-the-art genetic research effort using controlled beekeeping methods to deliver knowledge to GSA that would otherwise be impossible to ascertain.� Pollinators contribute substantially to the economy of the United States and are vital to the keeping fruits, nuts, and vegetables in our diets.� Over the past few decades, there has been a significant loss of pollinators, including honeybees, native bees, birds, bats, and butterflies, from the environment.� Utilizing a team-based approach, the vendor will install and fully manage two beehives each at a series of GSA owned or operated sites of Region 9.� See para 3.1.1 of the SOW for anticipated metropolitan locations.� The objective is to close the gap that exists between Federal directives, generalized academic knowledge, facility, design and management standards, and available low-cost high-impact technology, thereby enabling the GSA to lead by example and to create a more efficient and effective design policy that can be modeled by other major and minor builders and managers throughout the nation.� GSA is seeking a Contractor to provide all necessary labor, equipment, tools, materials, supervision, transportation, and all other items and services necessary to perform pollinator analysis of GSA owned or leased buildings.� Project leads and any subcontractors, if applicable, must be master beekeepers or working under the direct supervision of a master beekeeper.� Tasks to be performed range from Project Planning, Hives Installation, Servicing Visits and Reports, Project Briefings and Final Presentation, Genetic Analysis Report and Bundled Reports of the entire project.�� Place of Performance:� Analysis of multiple locations.� See para 3.1.1 of the SOW.� Installation of beehives at one of the locations.� Period of Performance:��After award, contract must be completed by August 31, 2024. Provisions / Clauses: The following provisions / clauses: �52.212-1, Instructions to Offerors-Commercial Products and Commercial Services,�52.212-2, Evaluation-Commercial Products and Commercial Services,�52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services,�52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, 52.217-9 � Option to Extend the Term of the Contract are applicable to this acquisition.� Please see the attached Request for Quote (RFQ) document (Standard Form (SF) 1449 Solicitation / Contract / Order for Commercial Items) for the Statement of Work (SOW), additional clauses / provisions, and other pertinent information related to this solicitation offerors must review and be aware of. Basis of Award: Award will be made to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government.� The Government�s intent is to award without discussions.� Lowest price and experience are the only factors that will be used to evaluate quotes (see FAR Provision 52.212-2).� Award will be made to the lowest priced offer that is determined to be reasonable and meet the experience factor. Submitting Quote: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and must submit their price quote on page 3 of the SF 1449. Quote must include the following documents: 1.� SF 1449: Offeror must complete pricing for each CLIN (Page 3).� Complete box 17a of page and sign/print/date in box 30a/b/c/ of page 1. 2.� Volume 1: Technical Quote Reference 19.3 of the RFQ:� (1) Quote Transmittal Letter to include the following items: a. SAM Unique ID Number b. Federal Tax ID Number c. Point of Contact Name, Email Address and Phone Number d. Certified General License Number, State of License Issuance and Expiration Date (2) Technical Narrative, Capability and Understanding of the Statement of Work (3) Resume(s) of Key Personnel, and (4) Contact information of one past performance reference. It is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB).�It is the offeror�s responsibility to ensure all required documents are included and completed as required by this solicitation.� Offeror(s) must submit their quote(s) to Wendell Mendoza via email at wendell.mendoza@gsa.gov.� Ensure to reference solicitation #��RFQ # 47PK0223Q0023 � Pollinator Analysis��in the subject line of the email. Important Note: All contractors must have an active SAM Registration on www.sam.gov at the time of submitting a quote to be eligible for award.� See FAR Subpart 4.1102(a). Submission Deadline: All quote(s) must be received by July 5, 2023 by 12:00 PM PDT (see block 8 of the SF 1449 � Page 1).� Quote(s) received after the prescribed deadline, may be considered non-responsive and may not be considered for award.� Questions or Inquiries:� Any immediate question(s) or concern(s) please contact Wendell Mendoza via phone at 949-412-2352 or email at wendell.mendoza@gsa.gov or Tue M. Tran via phone at 949-359-1696 or email at tue.tran@gsa.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ba9402020c74c14b4a094d390b2a496/view)
 
Place of Performance
Address: San Francisco, CA 94102, USA
Zip Code: 94102
Country: USA
 
Record
SN06727345-F 20230628/230626230102 (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.