Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2023 SAM #7915
SOLICITATION NOTICE

68 -- WA LEAVENWORTH NFH PARASITE 5 YEAR BPA

Notice Date
7/28/2023 2:13:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
FWS, OVER SAT G/S Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140F0S23Q0046
 
Response Due
8/25/2023 5:00:00 PM
 
Archive Date
09/09/2023
 
Point of Contact
Johnson, Nicole, Phone: 571-547-3470
 
E-Mail Address
nicole_c_johnson@fws.gov
(nicole_c_johnson@fws.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pursuant to Federal Acquisition Regulation (FAR) 12.603(a) and 13.106, the Contracting Officer is issuing a combined synopsis/solicitation for the acquisition of Leavenworth Fisheries Complex (LFC) Blanket Purchase Agreement (BPA) for Formalin and other Chemicals for the treatment of Fish. 1. This is a combined synopsis/solicitation for commercial products or commercial services 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. 2. Solicitation number 140F0S23Q0046 is being issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, Effective 2 June 2023. 4. This solicitation is being issued as a 100 percent Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code associated with this solicitation is 325412 - Pharmaceutical Preparation and Manufacturing. The small business size standard is up to 1,250 employees. 5. This procurement is for approved chemicals for the treatment of adult and juvenile salmonids and eggs for the Leavenworth Fisheries Complex, WA. 6. The award will consist of multiple Firm Fixed Price BPAs for a total of five (5) years each. The Government acknowledges that the requested total chemicals under the initial specifications will be an approximate amount of total potential chemicals. The Government will determine at the time of each BPA call approximately how much total chemical is required. The Contractor will charge a fixed price per unit, as agreed within the awarded agreement terms. 7. Period of Performance: The effective period of performance of this agreement shall extend from September 1, 2023, to August 31, 2028, or date of award, whichever is sooner. The agreement may be cancelled by a thirty (30) day written notice issued by either party. The government is not obligated to place any orders under this agreement. The supply/service provided for herein shall be requested by the Contracting Officer or their authorized representative(s), referred to herein as ""BPA caller(s)."" If and when a BPA caller places a call, the Contractor will provide the supply/service(s) under the terms of the agreement. Location of Work: Delivery to Leavenworth Fisheries Complex within 30-days of purchase. -Leavenworth National Fish Hatchery, 12790 Fish Hatchery Road, Leavenworth, WA, 98826 -Winthrop National Fish Hatchery, 453 Twin Lakes Road, Winthrop, WA, 98862 -Entiat National Fish Hatchery, 6970 Entiat River Road, Entiat, WA, 98822 8. Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. Potential offerors shall read and comply with all terms and conditions. See Addendum FAR 52.212-1 for additional instructions. 9. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 10. Offerors shall ensure their Representations and Certifications are up to date in the System for Award Management (SAM), which can be accessed through https://sam.gov. Offerors shall ensure that this NAICS Code of 325412 is listed in FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors that do not have access to SAM shall print the full FAR Provision 52.212-3 (Attachment C) and complete the required entries to include with their quote. 11. The Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See this clause for additional FAR Clauses marked with ""X"" showing they are applicable to this acquisition. 13. 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 provided under the Terms and Conditions section. 14. The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. 15. Important Submission Dates and Information Quote Submission: Quotes (including all required documents) must be submitted via e-mail to nicole_c_johnson@fws.gov, no later than Friday, 25 August 2023, 5:00 PM Pacific Daylight Time (PDT). Emails must indicate the following in the subject line: Quote Submission - 140F0S23Q0046 Question Submission: In an effort to maintain a better log of inquiries and questions and to provide more detailed and faster responses, all questions shall be in writing via email (no phone inquiries). Questions may be emailed to nicole_c_johnson@fws.gov. Inquiries received within 72 hours of the closing date may not receive a response. If necessary, questions received will be answered through an Amendment to this Solicitation. 16. The point of contact for this combined synopsis/solicitation is: Nicole C. Johnson, Contract Specialist, nicole_c_johnson@fws.gov US Fish and Wildlife Service, Joint Administrative Operations
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/267ac2ac1dfc4dc89877b8dcd77550c6/view)
 
Record
SN06768679-F 20230730/230728230051 (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.