Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2026 SAM #8823
SOLICITATION NOTICE

J -- Chiller #8 Motor Replacement

Notice Date
1/20/2026 11:26:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA26Q0115
 
Response Due
2/6/2026 2:00:00 PM
 
Archive Date
02/21/2026
 
Point of Contact
lynn Hults, Phone: 9124649723
 
E-Mail Address
lynn.hults@usda.gov
(lynn.hults@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. Solicitation number 1232SA25Q0115 is issued as a Request for Quotation (RFQ) for Chiller #8 Motor Replacement This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The applicable North American Industry Classification Standard Code is 335312 The small business size standard is 1,250 Employees This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation which will be considered by the agency. Statement of Requirement Please review the attached Statement of Work. Item Supplies/Services Qty 0001 Statement of Work 1 0002 LPTA Brand Name Evaluation 1 0003 Wage Rates 1 Technical Data � Please review the Statement of work for technical information. A site visit has been scheduled for Tuesday January 27, 2026, at 9:00 AM CST. Please provide the name of the personnel requesting to attend with the name of the company they represent to lynn.hults@usda.gov by Monday January 26, 2026, by 3:00 PM CST. Service Contract Labor Standards - The Service Contract Labor Standards could apply to any contracts awarded through this solicitation. In accordance with (IAW) FAR 22.1002-3(a)(2), the place of performance for this contract is currently known and stated in the Statement of Work. Qualification Requirements Any qualification requirements will be listed in the Statement of Work. Award Type It is anticipated that a Firm Fixed Price will be awarded as a result of this synopsis/solicitation. The Government intends to make one award from this solicitation. Therefore, to be considered responsive, contractors must submit pricing for all items. Federal Acquisition Regulation (FAR) and United States Department of Aquiculture Acquisition Regulation (AGAR) Clauses and Provisions The clauses and provisions contained herein are applicable to any order awarded as a result of this solicitation. The terms and conditions set forth herein supersede all other terms and conditions. Acceptance of the order in accordance with (IAW) FAR 12.201-1(b)(2) constitutes acceptance of all terms and conditions contained herein. As part of the Revolutionary FAR Overhaul (RFO), system updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of the clause may be accessed electronically at Internet address https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52 52.212-4 Terms and Conditions�Commercial Products and Commercial Services (Nov 2025) 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.222-50 Combating Trafficking in Persons (Nov 2025) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) 52.233-3 Protest After Award (Sep 2025) 52.233-4 Applicable Law for Breach of Contract Claim (Sep 2025) The following clauses are applicable if checked: ? 52.203-6[CGT1] Restrictions on Subcontractor Sales to the Government (Jun 2020) with Alternate I (Nov 2021) of 52.203-6 ? 52.203-13[CGT2] Contractor Code of Business Ethics and Conduct (Nov 2021) ? 52.204-9[CGT3] Personal Identity Verification of Contractor Personnel Jan 2011 ? 52.204-13[CGT4] System for Award Management�Maintenance (Nov 2025) ? 52.204-91[CGT5] Contractor identification (Nov 2025) ? 52.209-6[CGT6] Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2025) ? 52.209-9[CGT7] Updates of Publicly Available Information Regarding Responsibility Matters (Sep 2025) ? 52.209-10[CGT8] Prohibition on Contracting with Inverted Domestic Corporations (Sep 2025) ? 52.219-4[CGT9] Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Nov 2025) ? 52.219-6[CGT10] Notice of Total Small Business Aside (Nov 2025) ? Alternate I[CGT11] (Mar 2020). ? 52.219-8[CGT12] Utilization of Small Business Concerns (Nov 2025) ? 52.219-9[CGT13] Small Business Subcontracting Plan (Nov 2025) ? Alternate III[CGT14] (Nov 2025) of 52.219-9. ? Alternate IV[CGT15] (Nov 2025) of 52.219-9 ? 52.219-14[CGT16] Limitations on Subcontracting (Nov 2025) ? 52.219-16[CGT17] Liquidated Damages�Subcontracting Plan(Nov 2025) ? 52.219-33[CGT18] Nonmanufacturer Rule (Nov 2025) ? 52.222-3[CGT19] Convict Labor (June 2003) ? 52.222-19[CGT20] Child Labor�Cooperation with Authorities and Remedies (Nov 2025) ? 52.222-35[CGT21] Equal Opportunity for Veterans (Nov 2025) ? Alternate I[CGT22] (Jul 2014) of 52.222-35 ? 52.222-36[CGT23] Equal Opportunity for Workers with Disabilities (Nov 2025) ? Alternate I[CGT24] (Jul 2014) of 52.222-36 ? 52.222-37[CGT25] Employment Reports on Veterans (Nov 2025) ? 52.222-40 [CGT26] Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) ? 52.222-54[CGT27] Employment Eligibility Verification (Nov 2025) ? 52.222-62[CGT28] Paid Sick Leave Under Executive Order 13706 (Jan 2022) ? 52.223-9[CGT29] Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) ? Alternate I [CGT30] (May 2008) of 52.223-9 ? 52.223-11[CGT31] Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Nov 2025) ? 52.223-12[CGT32] Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Nov 2025) ? 52.223-23[CGT33] Sustainable Products and Services ? 52.224-3[CGT34] Privacy Training (Jan 2017) ? Alternate I[CGT35] (Jan 2017) of 52.224-3 ? 52.225-1[CGT36] Buy American-Supplies (Nov 2025) ? Alternate I [CGT37] (Oct 2022) of 52.225-1 ? 52.225-3[CGT38] Buy American--Free Trade Agreements--Israeli Trade Act (Nov 2025) ? Alternate II[CGT39] (Nov 2025) of 52.225-3. ? Alternate III [CGT40] (Nov 2025) of 52.225-3. ? Alternate IV[CGT41] (Oct 2022) of 52.225-3 ? 52.225-5[CGT42] Trade Agreements (Nov 2023) ? 52.225-19[CGT43] Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States (May 2020) ? 52.225-26[CGT44] Contractors Performing Private Security Functions Outside the United States (Oct 2016) ? 52.226-4[CGT45] Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ? 52.226-5[CGT46] Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug 2025) ? 52.229-12[CGT47] Tax on Certain Foreign Procurements ? 52.232-29[CGT48] Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ? 52.232-30[CGT49] Installment Payments for Commercial Products and Commercial Services (Nov 2021) ? 52.232-33[CGT50] Payment by Electronic Funds Transfer� System for Award Management (Oct 2018) ? 52.232-34[CGT51] Payment by Electronic Funds Transfer�Other Than System for Award Management (Jul 2013) ? 52.232-36[CGT52] Payment by Third Party (Nov 2025) ? 52.240-92[CGT53] Security Requirements (Nov 2025) ? 52.240-93[CGT54] Basic Safeguarding of Covered Contractor Information Systems (No 2025) ? 52.247-64[CGT55] Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2025) ? Alternate I[CGT56] (Apr 2023) of 52.247-64. ? Alternate II[CGT57] (Nov 2021) of 52.247-64 The Contractor shall comply with the following FAR Clauses for Commercial Services. ? 52.222-41[CGT58] Service Contract Labor Standards (Aug 2018) ? 52.222-42[CGT59] Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Heating, Ventilation and Air-Conditioning Mechanic $29.32 ? 52.222-43[CGT60] Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ? 52.222-44[CGT61] Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) ? 52.222-51[CGT62] Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ? 52.222-53[CGT63] Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (Nov 2025) Other Applicable Clauses 52.217-8[CGT64] Option to Extend Services (Nov 1999) 30 calendar days prior to contract expiration 52.245-1[CGT65] Government Property (Sep 2021) ? Alternate I[CGT66] (Sep 2021) of 52.245-1 AGAR Clauses 452.222-71 Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Compliance (Dec 2025) (a) By entering into this contract, the Contractor certifies that: It is compliant with all applicable Federal anti-discrimination laws and the Equal Protection principles of the U.S. Constitution, and it will remain compliant for the duration of the contract. Neither it nor any subcontractor or teaming partner operates or funds any program, policy, or initiative that promotes DEI in a manner that violates any applicable Federal anti-discrimination laws, including but not limited to Title VI and VII of the Civil Rights Act of 1964, or the Equal Protection principles of the U.S. Constitution, and the Contractor and any subcontractor or teaming partner will not do so for the duration of the contract. (b) If the Contractor participates in, facilitates, or funds programs that implicate Title VI of the Civil Rights Act of 1964 or Title IX of the Education Amendments of 1972, as amended, including but not limited to grants to or for schools, colleges, universities, 4-H programs, non-governmental organization (NGO) programs, sports programs, and education-related grants to prisons or other detention facilities, the Contractor certifies that it will remain compliant with those laws, including the requirements set forth in Executive Order 14168, Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government, and Executive Order 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity. (c) The Contractor affirms that the above requirements are conditions of payment that go to the essence of the contract and are therefore material terms of the contract. Payments under the contract are predicated on compliance with the above requirements, and therefore the Contractor is not eligible for funding under the contract or to retain any funding under the contract absent compliance with the above requirements. (d) This certification reflects a change in the Government�s position regarding the materiality of the foregoing requirements and therefore any prior payment of similar claims does not reflect the materiality of the foregoing requirements to this contract. (e) Submission of a knowing false statement relating to Contractor�s compliance with the above requirements and/or eligibility for the contract may subject the Contractor to liability under the False Claims Act, 31 U.S.C. � 3729, and/or criminal liability, including under 18 U.S.C. �� 287 and 1001. (f) The Contractor must include the provisions of this clause in all subcontract solicitations. (g) Failure on the part of the Contractor or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate this contract for default. (End of Clause) 452.204�70 Modification for Contract Closeout (Nov 2025)[CGT67] (a) If unliquidated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (Contracting Officer) shall issue a unilateral modification for deobligation. The contractor will receive a copy of the modification but will not be required to provide a signature. The Contracting Officer shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment. (b) Upon contract closeout for contracts utilizing SAP: if unliquidated funds of more than $1000 remain on the contract, the Contracting Officer shall issue a bilateral modification for deobligation. The contractor will receive a copy of the modification and will be required to provide a signature. (The Contracting Officer may also request a �Contractor Release of Claims� be completed by the contractor, although not required for contracts and orders using SAP.) If the bilateral modification and Release of Claims are not returned to the Contracting Officer within 60 days, the Contracting Officer shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment. (c) Upon contract closeout for contracts utilizing anything other than cost reimbursement, if unliquidated funds of more than $1000 remain on the contract, the Contracting Officer shall issue a bilateral modification for deobligation. The contractor will receive a copy of the modification and a ��Contractor Release of Claims�� and will be required to provide a signature on both forms. If the bilateral modification and Release of Claims are not returned to the Contracting Officer within 120 days, the Contracting Officer shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment. (End of Clause) 452.204-71 Personal Identity Verification of Contractor Employees (Nov 2025)[CGT68] (a) The contractor shall comply with the personal identity verification (PIV) policies and procedures established by the United States Department of Agriculture (USDA) Directives 4620-002 series. (b) Should the USDA Directives 4620-002 require the exclusion of a contractor's employee, the contracting officer will notify the contractor in writing. The contractor must appoint a representative to manage compliance with the PIV policies established by the USDA Directives 4620-002 and to maintain a list of employees eligible for a USDA LincPass required for performance of the work. (c) The responsibility of maintaining a sufficient workforce remains with the contractor. Contractor employees may be barred by the Government from performance of work should they be found ineligible or to have lost eligibility for a USDA LincPass. Failure to maintain a sufficient workforce of employees eligible for a USDA LincPass may be grounds for termination of the contract. (d) The contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine unaccompanied physical access to a Federally controlled facility and/or routine unaccompanied access to a Federally controlled information system. (e) The PIV Sponsor for this contract is a designated program point of contact, which in most cases is the COR, unless otherwise specified in this contract. The PIV Sponsor will be available to receive contractor identity information from [hours and days to be added by CO] to [hours and days to be added by CO] at [office address for registration to be added by CO]. The Government will notify the contractor if there is a change in the PIV Sponsor, the office address, or the office hours for registration; however, it is the contractor's responsibility to meet all aspects of paragraphs (c), (d), and (e). (End of Clause) 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Nov 2025) FAR 52.212-1 is amended as follows: Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Questions Questions shall be submitted via email to lynn.hults@usda.gov and are due no later than February 06, 2026, at 12:00 PM Central Time. This will ensure enough time to respond before the solicitation period ends. Please include the solicitation name and number as the subject line of the email. 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) The following provisions are applicable if checked: ? 52.203-11[CGT69] Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2024) ? 52.204-7[CGT70] System for Award Management�Registration (Nov 2025) ? Alternate I[CGT71] (Nov 2025) to 52.204-7 ? 52.204-90[CGT72] Offeror Identification (Nov 2025) ? 52.207-6[CGT73] Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) (Aug 2024) ? 52.209-12[CGT74] Certification Regarding Tax Matters (Oct 2025) ? 52.219-2[CGT75] Equal Low Bids (Nov 2025) ? 52.222-18[CGT76] Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2021) ? 52.222-48[CGT77] Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment�Certification (Nov 2025) ? 52.222-52[CGT78] Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification (Nov 2025) ? 52.222-56[CGT79] Certification Regarding Trafficking in Persons Compliance Plan (Oct 2020) ? 52.223-4[CGT80] Recovered Material Certification (May 2008) ? 52.225-2[CGT81] Buy American Certificate (Oct 2022) ? 52.225-4[CGT82] Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Nov 2025) ? 52.225-6[CGT83] Trade Agreements-Certificate (Feb 2021) ? 52.226-3[CGT84] Disaster or Emergency Area Representation (Nov 2007) ? 52.229-11[CGT85] Tax on Certain Foreign Procurements�Notice and Representation (Jul 2025) Other Applicable FAR Provisions Add any other provisions that apply to this procurement. Consider Parts 16, 17, 27, 47, etc. Some common provisions are (this is not an inclusive list): 52.237-1[CGT86] Site Visits (Apr 1984) AGAR Provisions 452.203-70 Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Certification (Dec 2025) (a) By submission of its offer, the offeror certifies that: It is compliant with all applicable Federal anti-discrimination laws and the Equal Protection principles of the U.S. Constitution. Neither it nor any proposed subcontractor or teaming partner operates or funds any program, policy, or initiative that promotes DEI in a manner that violates any applicable Federal anti-discrimination laws, including but not limited to Title VI and VII of the Civil Rights Act of 1964, or the Equal Protection principles of the U.S. Constitution. (b) If the offeror participates in, facilitates, or funds programs that implicate Title VI of the Civil Rights Act of 1964 or Title IX of the Education Amendments of 1972, as amended, including but not limited to grants to or for schools, colleges, universities, 4-H programs, non-governmental organization (NGO) programs, sports programs, and education-related grants to prisons or other detention facilities, by submission of its offer, the offeror certifies that it is compliant with those laws, including the requirements set forth in Executive Order 14168, Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government, and Executive Order 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity. (c) The offeror affirms that the above requirements are conditions of payment that go to the essence of the contract and are therefore material terms of the contract. Payments under the contract are predicated on compliance with the above requirements, and therefore the offeror will not be eligible for funding under the contract or to retain any funding under the contract absent compliance with the above requirements. (d) This certification reflects a change in the Government�s position regarding the materiality of the foregoing requirements and therefore any prior payment of similar claims does not reflect the materiality of the foregoing requirements to this contract. (e) Submission of a knowing false statement relating to offeror�s compliance with the above requirements and/or eligibility for the contract may subject the offeror to liability under the False Claims Act, 31 U.S.C. � 3729, and/or criminal liability, including under 18 U.S.C. �� 287 and 1001. (f) Failure on the part of the offeror or its subcontractors to comply with the terms of this clause may be grounds for the Contracting Officer to terminate the contract for default. (End of Provision) 452.211-70 Brand Name or Equal (Sep 2025) [CGT87] (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristics specified in this solicitation; Clearly identify the item by- Brand name, if any; and Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modifications the offeror plans to make to a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) NOTICE FOR FILING AGENCY PROTESTS United States Department of Agriculture (USDA) Ombudsman Program The USDA is committed to issuing solicitations and awarding contracts in a fair and prompt manner. The Ombudsman Program for Agency Protests (OPAP) was established to address protest issues within the agency, providing an alternative to costly and time-consuming litigation. Operating independently, OPAP offers relief comparable to that granted by the Government Accountability Office (GAO). Interested parties are encouraged to resolve concerns through USDA�s internal Alternative Dispute Resolution (ADR) process before pursuing external forums such as the GAO. Concerns may be addressed informally or through a formal agency protest filed with either the Contracting Officer or the Ombudsman. Informal Forum with the Ombudsman Initial Point of Contact: Interested parties who believe a specific USDA procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. Escalation: If the Contracting Officer is unable to address their concerns, interested parties are encouraged to contact the USDA Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Utilization of the informal forum does not suspend any time requirement for filing a formal protest with the agency or other forums. Required Information: To ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman Effort to Resolve: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. Independent Review: If the protester�s concerns remain unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest with either the Contracting Officer or, alternatively, with the Ombudsman under the OPAP program. Contract awards or performance will be suspended during the protest period unless justified in writing for urgent and compelling reasons or determined in writing to be in the best interest of the Government. Resolution Timeline: The agency�s goal is to resolve protests within 35 calendar days from the date of filing. Required Information: Protests shall include the information set forth in FAR 33.104(a)(3). Failure to submit the required information may result in a delay or dismissal of the protest. Timeliness: Protests must be filed within the timeframes specified in FAR 33.104. Submission: Formal protests under the OPAP program should be submitted electronically to SPE.inquiry@usda.gov and the Contracting Officer. Election of Forum. By initiating a protest with the USDA, the protester agrees not to pursue the same matter with the Government Accountability Office (GAO) or any other external forum while the agency protest is pending. If a protest is filed externally, the agency protest will be dismissed. [CGT1]Solicitations and contracts exceeding the simplified acquisition threshold. For the acquisition of commercial products or commercial services, the contracting officer must use the clause with its Alternate I. [CGT2]Solicitations and contracts if the value of the contract is expected to exceed $7.5 million and the performance period is 120 days or more. [CGT3]Solicitations and contracts when contract performance require contractors to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. [CGT4]When offerors are required to be registered in SAM. [CGT5]When offerors are not required to be registered in SAM. [CGT6]Solicitations and contracts where the contract value exceeds $45,000. [CGT7](1) In solicitations where the resultant contract value is expected to exceed $750,000; and (2) In contracts in which the offeror checked �has� in paragraph (b) of the provision at 52.209-7. [CGT8]Each solicitation and contract for the acquisition of products or services (including construction). [CGT9]Solicitations for acquisitions conducted using full and open competition. [CGT10]Solicitations involving total small business set-asides. [CGT11]When including FPI in the competition in accordance with 19.104-1(d). [CGT12]Solicitations and contracts when the contract amount is expected to exceed the simplified acquisition threshold unless� (i) A personal services contract is considered (see 37.104); or (ii) The contract, together with all of its subcontracts, will be performed entirely outside of the United States and its outlying areas. [CGT13]Solicitations and contracts that offer subcontracting possibilities are expected to exceed $900,000 ($2 million for construction of any public facility), and are required to include the clause at 52.219-8, unless the acquisition is set aside or is to be accomplished under the 8(a) program. [CGT14]The contract action will not be reported in the Federal Procurement Data System pursuant to part 4. [CGT15]The contracting officer must require the contractor to submit a subcontracting plan for the contract if� (i) A contract modification causes the value of a contract without a subcontracting plan to exceed the subcontracting plan threshold (see 19.109(a)); and (ii) The contracting officer determines that subcontracting opportunities exist. [CGT16]Solicitations and contracts� (1) For supplies, services, and construction, if any portion of the requirement is to be set aside for small business and the contract amount is expected to exceed the simplified acquisition threshold, and in any solicitations and contracts that are set aside or awarded on a sole-source basis in accordance with sections 19.105, 19.106, 19.107, and 19.108, regardless of dollar value. This includes multiple-award contracts when orders may be set aside for small business concerns, as described in subpart 8.4 and subpart 16.5. For contracts that are set aside, the contracting officer must indicate in paragraph (f) of the clause whethercompliance with the limitations on subcontracting is required at the contract or order level; (2) Using the HUBZone price evaluation preference (see 19.110). However, if the prospective contractor waived the use of the preference, or is an other than small business, do not insert the clause in the resultant contract. [CGT17]In contracts containing the clause at 52.219-9, Small Business Subcontracting Plan, with its Alternate IV. [CGT18]Solicitations and contracts, including multiple-award contracts, when orders may be set aside for small business concerns as described in subpart 8.4 and subpart 16.5, when� (i) the item being acquired has been assigned a manufacturing or supply NAICS code, and� (ii) (A) Any portion of the requirement is to be� (1) Set aside for small business and is expected to exceed the simplified acquisition threshold; or (2) Set aside or awarded on a sole-source basis in accordance with sections 19.105, 19.106, 19.107, and 19.108, regardless of dollar value; or (B) Using the HUBZone price evaluation preference (see 19.110). However, if the prospective contractor waived the use of the price evaluation preference, or is an other than small business, do not insert the clause in the resultant contract. [CGT19]In solicitations and contracts above the micro-purchase threshold, when the contract will be performed in the United States, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, or the U.S. Virgin Islands; unless� (a) The contract will be subject to 41 U.S.C. chapter 65 (see subpart 22.6 and 22.602), which contains a separate prohibition against the employment of convict labor; (b) The supplies or services are to be purchased from Federal Prison Industries, Inc. (see subpart 8.6); or (c) The acquisition involves the purchase, from any State prison, of finished supplies that may be secured in the open market or from existing stocks, as distinguished from supplies requiring special fabrication. [CGT20]In all solicitations and contracts for the acq...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0ea6ac9b8db3444085d79f2b4be6af00/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN07690838-F 20260122/260120230041 (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!  © 1994-2026, Loren Data Corp.