Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOLICITATION NOTICE

R -- Rancher Outreach Plan for Southwest Climate Hub

Notice Date
8/5/2024 6:39:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513120 —
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B24Q0535
 
Response Due
8/7/2024 2:00:00 PM
 
Archive Date
08/08/2024
 
Point of Contact
Brian Workman
 
E-Mail Address
Brian.Workman@usda.gov
(Brian.Workman@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number is 12805B24Q0535 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-06. The associated NAICS Code is 513120 and the Small Business Size Standard is 1,000 employees. The USDA Agricultural Research Service is seeking support to gather producer insights via a digitally-focused communications program aimed at promoting the Southwest Climate Hub (SWCH) tools to better understand the approaches that resonate, amongst which farmers, in order to make a FY25 data driven recommendation. The requirements are further detailed in the attached Requirements Document. The place of performance is: Virtual DOCUMENTS TO BE INCLUDED IN QUOTE: 1)�Transmittal Summary Letter. A summary cover letter to the submission should provide at a minimum the following (i) Identification of the Point of Contact, current phone number, and email address. (ii) SamUEI Number, CAGE Code, Tax Identification Number (TIN) (iii) A list of the submission package contents. 2)�Fully completed and signed SF30 for any and all amendment(s) (if applicable), with blocks 15a, 15b, and 15c completed. Failure to acknowledge all amendments will result in the offer to be found Non-Responsive and not eligible for award. 3)�Contractor Quote pricing document. Offeror shall submit, at a minimum, a separate pricing document with separate pricing for each Deliverable (Phase I and Phase II), as defined in the PWS. 4)�Technical Proposal. The offeror shall describe their proposed approach in sufficient detail for the Government to understand and evaluate the nature of the approach, and the contractor�s capability to complete the tasks and provide the deliverables required by the PWS. Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov). FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote meets the lowest price technically acceptable evaluation methodology. All sources wishing to quote shall furnish a quotation no later than 1700 ET on or before August 7, 2024. Quotations are to be sent via email to Brian Workman at Brian.Workman@usda.gov. Failure to provide the required information in the requested format may result in quotes not being considered for award. Attached Provisions/Clauses apply to this RFQ and any subsequent award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/898769696e604f4aa0800e3c75396ed1/view)
 
Place of Performance
Address: Las Cruces, NM 88003, USA
Zip Code: 88003
Country: USA
 
Record
SN07156229-F 20240807/240805230115 (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.