Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

42 -- 42--2 Fire Engine Pumps, NZVF NWR, NV

Notice Date
7/1/2024 11:36:30 AM
 
Notice Type
Solicitation
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
FWS SAT TEAM 3 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FS324R0012
 
Response Due
7/10/2024 11:00:00 AM
 
Archive Date
07/25/2024
 
Point of Contact
Riley, Fred, Phone: 413-253-8738
 
E-Mail Address
fred_riley@fws.gov
(fred_riley@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; quotes are being requested and a separate written solicitation will not be issued. U.S. Fish and Wildlife Service is issuing a Request for Quotes for 2 - Type 6 Wildland Fire Light Engine Pump Package Build and Install for the Nevada Zone Fire Management Office. The anticipated performance period is shown below. Period of Performance: Contract Award � October 01, 2025. Solicitation 140FS324R0012 is issued as a Request for Quotation (RFQ) is 100% Small Business Set-Aside and is conducted under FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular FAC Number: 2024-03, Effective Date: 02/23/2024. The applicable North American Classification System (NAICS) code is 336120, Heavy Duty Truck Manufacturing. The small business size standard is 1,500 Employees. Terms & Conditions: 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 included in the Attachment Solicitation-provisions and clauses- 140FS324R0012. 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. Please note, IPP 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. Instructions All responsible business may submit a quote, which shall be considered by the agency. Award will be made as a firm-fixed- price contract. The basis of award is the Lowest Price Technically Acceptable (LPTA) method, where consideration of Technical, Past performance and Price evaluation factors described in the Instructions to offerors. Award will be made to a responsible source in pursuant to FAR subpart 9.1. Important Submission Dates & Site Visit Info: 1. Site Inspection: Prior to submitting a quote, offerors or quoters are urged and expected to inspect the site where supplies are to be delivered and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. A site visit can be scheduled by contacting the technical point of contact. Please contact the Refuge POC Louis Prevatke at louis_prevatke@fws.gov, 725-325-1042 to arrange a site visit. 2. Question Submission: All questions regarding this Solicitation must be submitted in writing to the Contract Specialist, Fred Riley at Fred_riley@fws.gov no later than Monday, July 01, 2024, at 2:00pm EDT. If necessary, questions received will be answered through an Amendment to this Solicitation. Emails must indicate the following in the subject line: Question Submission for 140FS324R0012. 3. Quote Submission: Quotes (including all required documents) must be transmitted via e-mail to the Contract Specialist, Fred Riley at fred_riley@fws.gov, no later than Wednesday, July 10, 2024, at 2:00pm EDT. Emails must indicate the following in the subject line: Quote Submission 140FS324R0012. Required Submittal Documents: Offerors responding to this solicitation must submit the following documents: - SF 30: If applicable, provide signed amendments (SF30) - Proposal: Submit a proposal to include your SAM Unique Entity Identifier (UEI) Number, Company Name, Address, Point of Contact (POC) Name, Email & Phone Number. - Quote Schedule: Complete the attached document - Past Experience & References: Complete the attached document or your own version that addresses each element. 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 technical, past experience, and price. The Government reserves the right to award a contract to other than the lowest priced offer if, in its judgment, the non-cost factors outweighs the price difference. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS See attached documents: ATTACHMENT 1 Solicitation-provisions and clauses- 140FS324R0012 ATTACHMENT 2 Specifications ATTACHMENT 3 Quote Schedule ATTACHMENT 4 Past Performance Questionnaire Contracting Officer/Office: Fred Riley, Contract Specialist U.S. Fish & Wildlife Service Hadley, MA Joint Administrative Operations (JAO) fred_riley@fws.gov Todd Annes, Contract Officer U.S. Fish & Wildlife Service Hadley, MA Joint Administrative Operations (JAO) Todd_annes@fws.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8638498365d34649b588b9de37785aad/view)
 
Record
SN07113948-F 20240703/240701230110 (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.