Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2024 SAM #8163
SOLICITATION NOTICE

R -- Program operational readiness review.

Notice Date
4/1/2024 3:02:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MRPBS MINNEAPOLIS MN MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
12639524Q0126
 
Response Due
4/11/2024 11:30:00 AM
 
Archive Date
04/26/2024
 
Point of Contact
Jason L Wilking, Phone: 6123363210
 
E-Mail Address
Jason.L.Wilking@usda.gov
(Jason.L.Wilking@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12 and Part 13 and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. �This combined synopsis/solicitation will result in a firm fixed price purchase order. 2. The solicitation number for this effort is 12639524Q0126 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 3. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 4. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. �This requirement is being offered as a Small Business Set-Aside. The NAICS code is 541990.� The small business size standard is $19.5 5. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), National Bio and Agro-Defense Facility (NBAF) in (PPQ) in Manhattan KS.�� Offerors will provide a firm fixed priced quote for the assessment report. 6. REQUIREMENTS AND QUANTITIES:� �USDA is seeking a third-party review, assess and draft a report of the status of the operational standup and identify gaps at the NBAF facility in Manhattan KS per attached Statement of work. 7.� Delivery will be draft report will be due within 2 weeks of the site visit and final report will be 3 weeks from draft review. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price, past performance and technical factors considered.�� Offerors will provide relevant experience of key personnel to include Bio Safety lab 3 experience and Senior management position experience in BSL 3.� 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items and 52.204-17 applies to this acquisition 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition. �� (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ���������� (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ���������� (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). ���������� (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. �(Section 889(a)(1)(A) of Pub. L. 115-232). ���������� (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). ���������� (6) 52.233-3, Protest After Award (Aug 1996) (31�U.S.C.�3553). ���������� (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19�U.S.C.�3805�note)). ����� (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (5) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (12) 52.209-6, Protecting the Government� Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (18) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). (23) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (26) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). (31) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (33) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (34) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (35) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (36) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (38) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496 (39) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (58) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (62) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Jul�2013) (31 U.S.C. 3332). 13. To be awarded this contract, the offeror must be registered in the SAM.gov.�� SAM.gov information may be found at http://www.SAM.gov. 14. Quotations are due by 01:30 PM Cen, April 11 2024 Quotes may be sent via e-mail to Jason.l.wilking@usda.gov.� A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: a. �A complete review price. b. �Contractor should provide technical capability information for evaluation. d. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in beta.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8dc33d983585498cabd88f43e2eecfeb/view)
 
Record
SN07015385-F 20240403/240401230043 (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.