Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2023 SAM #8019
SOLICITATION NOTICE

53 -- Renderer Seal Replacement and Rebuilds

Notice Date
11/9/2023 8:59:29 AM
 
Notice Type
Solicitation
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B24Q0001
 
Response Due
11/22/2023 12:00:00 PM
 
Archive Date
12/07/2023
 
Point of Contact
Debora Wells, Phone: 9706314803
 
E-Mail Address
debora.wells@usda.gov
(debora.wells@usda.gov)
 
Description
Solicitation number 12505B24Q0001 Renderer Seal Replacement and Rebuilds is issued as a request for quote (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� The associated NAICS code is 339991 (Gasket, Packing, and Sealing Device Manufacturing), with a small business size standard of 600 employees and a PSC Code of 5330 Packing and Gasket Material. This acquisition is for the following item as identified in the Line Item Number(s).�� 0001)� Removal; replacement and rebuilding of seals for the National Centers for Animal Health (NCAH) Agricultural Research Service (ARS) Renderer. Specifications:� See the following attached documents: RFQ 12505B24Q0001 /�Exhibit 1 G001 Building 9 /�Exhibit 2 Non-drive side of ARS Renderer /�Exhibit 3 ARS Renderer Name Plate /�Exhibit 4 Drive side of ARS Renderer /�Exhibit 5 Proper Seal Installation on Shaft /�Exhibit 6 Previously removed Seal The procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred Program. The Contractor shall provide all items F.O.B. destination.� Location of the Government site is 1920 Dayton Avenue, Ames, IA 50010 and will be identified in the contract.� The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1.� Submission of quote shall include the following: (1) Technical Specifications, (2) Price (to include shipping), and a completed copy of FAR Provision 52.212-3. All responses shall be submitted electronically to debora.wells@usda.gov The basis for award is lowest price technically acceptable (LPTA).� ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price.� Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance.� The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. �If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability.� This will continue until the lowest price quote is determined technically acceptable.� Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed.� If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS:� Supplies will be inspected by the technical representative and accepted at destination.� Work shall be completed with 120 days of award.� See attached RFQ 12505B24Q0001 document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).� A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.� NO EXCEPTIONS.� All invoices shall be submitted electronically. Quotes must be received no later than 2:00 PM Central Time on November 22, 2023. �Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM CT on November 14, 2023.� Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5684c3d863604bd2aa2baa6bc9450951/view)
 
Place of Performance
Address: Ames, IA 50010, USA
Zip Code: 50010
Country: USA
 
Record
SN06880998-F 20231111/231109230320 (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.