Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2023 SAM #7901
SOLICITATION NOTICE

23 -- Honda Pioneer 1000 UTV - BNorE

Notice Date
7/14/2023 9:02:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
FWS SAT TEAM 3 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FS323Q0150
 
Response Due
7/28/2023 8:00:00 AM
 
Archive Date
08/12/2023
 
Point of Contact
Russell, Ryna, Phone: 4132538782
 
E-Mail Address
ryna_russell@fws.gov
(ryna_russell@fws.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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation 140FS323Q0150 is issued as a request for quotation (RFQ). The anticipated award date is within 10 days after the close of this announcement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number: 2023-04, Effective Date: 06/02/2023. This requirement is being solicited as a 100% Small Business Set-Aside or Unrestricted. The applicable North American Classification System (NAICS) code is 336999, All Other Transportation Equipment Manufacturing. The small business size standard is 1,000 employees. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Line-Item Description(s): (Refer to attached Specifications) Brand Name or Equal To: Make: 2023 - Honda Pioneer 1000 UTV EPS Side-by-Side Model: SXS10M3P or SXS10M3PL Qty: Three (3) Color: Whatever color would be the quickest to deliver/available Period of Performance: Delivery or Pick-up shall be at the earliest possible date. Contractor must provide availability and/or lead time ARO on quote. Delivery Location: U.S. Fish & Wildlife Service Florida Panther National Wildlife Refuge 13233 State Road 29 South Immokalee, FL 34142 Terms & Conditions: - The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition - The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition (refer to terms and conditions for details) - Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items and submit with its offer. - The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition - The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition (refer to terms and conditions for details) Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are attached in the Terms & Conditions document. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ or see terms & conditions attached to the solicitation. In order to be eligible for award, all contractors must have an Active Registration in the System for Award Management (SAM) website https://sam.gov/content/home. Please note, SAM is a free website and there is never a cost to register your entity. Prior to or following receipt of an award, the Contractor must register with the U.S. Department of the Treasury's Invoice Processing Platform System (IPP) to submit requests for payment. Refer to Terms and Conditions for details. Please note, www.ipp.gov is a free website and there is never a cost to complete registration. Invoices for services will be paid after the end of the month of service, advanced payments are not allowed. Important Submission Dates: 1. Question Submission: All questions regarding this Solicitation must be submitted in writing to the Contracting Officer, Ryna Russell at ryna_russell@fws.gov no later than 11:00am, EDT, Friday, July 21, 2023. Please be advised that the government reserves the right to transmit responses to those questions of common interest to all competing schedule contractors through an Amendment to this Solicitation. Emails must indicate the following in the subject line: Question Submission 140FS323Q0150. 2. Quote Submission: Quotes (including all required documents) must be transmitted via e-mail to the Contracting Officer, Ryna Russell at ryna_russell@fws.gov, no later than 11:00am, EDT, Friday, July 28, 2023. Emails must indicate the following in the subject line: Quote Submission 140FS323Q0150. Required Submittal Documents: Before submitting an offer, please read the entire solicitation package carefully. Offerors responding to this solicitation must submit the following documents: 1. SF 30 Amendment: (Only if applicable) If amendment(s) were issued, submit signed SF30 documents(s) acknowledging any/all Amendment(s) 2. Price/Quote: Submit a quote to include your Unique Entity ID, Company Name, Address, Point of Contact (POC), POC email & phone number. Quote must include the following: 1) Detailed line items listing all standard options, additional options, and setup fees. 2) Include the delivery schedule/lead time ARO. 3) Equal Product: If offers are for an �equal� product, your quote must clearly identify the item by brand name, if any; and make or model number and must include descriptive specifications such as literature, illustrations, or drawings. Pricing Breakout: Quote must show the below totals: * Cost for UTV including all options * Cost for Shipping/Freight Charges Your quote will be considered non-responsive and will not be considered if all the above required documents are not completed in full and received as part of your submittal package. An award will be made to the Contractor whose submittal documents conform to the requirements as described in this solicitation and who, based on a subjective assessment from the Government, offers the best value to include price and a favorable delivery schedule/availability. The Government reserves the right to award a contract to other than the lowest priced offer if, in its judgment, the availability and/or delivery schedule outweighs the price difference. Contracting Officer/Office: Ryna Russell, Contracting Officer U.S. Fish & Wildlife Service Hadley, MA Joint Administrative Operations (JAO) ryna_russell@fws.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/189eca0fff184ae89575fa3a756f92c9/view)
 
Place of Performance
Address: 13233 State Road 29, South Immokalee, FL 34142
Zip Code: 34142
 
Record
SN06749563-F 20230716/230714230043 (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.