SOLICITATION NOTICE
13 -- PREMO FIREBALL SPHERES
- Notice Date
- 8/21/2024 11:49:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- USDA, OCP-POD-ACQ-MGMT-BRANCH-FTC FORT COLLINS CO 80521 USA
- ZIP Code
- 80521
- Solicitation Number
- 1202SA24R9005
- Response Due
- 8/30/2024 3:00:00 PM
- Archive Date
- 09/14/2024
- Point of Contact
- Porcesh Huling, Steven B. Peterson
- E-Mail Address
-
porcesh.huling@usda.gov, steven.b.peterson@usda.gov
(porcesh.huling@usda.gov, steven.b.peterson@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- i) This is a�combined�synopsis/solicitation�for�commercial products�or�commercial services�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; proposals are being requested and a written�solicitation�will not be issued. (ii) The solicitation number is 1202SA24R9005 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. (iv) This is a total 100% small business set-aside and the associated NAICS code is 332994 and small business size standard is 1,000 employees. (v) Premo Fireball Spheres, 480 boxes (1,000/box). (vi) See (v). (vii) Delivery: 30 days ARO. FOB: Destination. CLIN 1: 120 Boxes:��� USDA FOREST SERVICE Ashe Seed Extractory 368 Ashe Nursery Road Brooklyn, MS 39425��� CLIN 2: 360 Boxes:�� USDA FOREST SERVICE Natl Forests & Grasslands in TX 2221 N. Raguet Street Lufkin, TX 75904-1865�������������������������������������������� (viii) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government intends to award a Firm-Fixed-Price (FFP) contract. The award will be made on the basis of Lowest Price Technically Acceptable (LPTA). LPTA means, the expected outcome of the acquisition, that results from the selection of the lowest evaluated price (evaluated as total cost of all line items) is a technically acceptable quotation, that fully meets all specifications listed. Only the lowest priced quote will be evaluated for technical acceptability (based on the specifications). The next lowest offer will only be evaluated if the lowest quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding. (x) Offerors�shall include a completed copy of the provision at�52.212-3,�Offeror�Representations and Certifications-Commercial Products�and�Commercial Services, with its�offer. (xi) FAR�52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this�acquisition. (xii) �FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products�and�Commercial Services, applies to this�acquisition. The following FAR clauses cited in the clause are applicable to the�acquisition: 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor. 52.222-19 Child Labor-Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-36 Equal Opportunity for Workers with Disabilities. 52.222-50 Combating Trafficking in Persons. 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners. 52.223-15 Energy Efficiency in Energy-Consuming Products. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20�Aerosols. 52.223-21�Foams. 52.225-1 Buy American -- Supplies. The offeror certifies that the following end products are qualifying country end products: Country of Origin: CLIN 001: CLIN 002: 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer�System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6, Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended or Proposed. 52.225-3�Buy American -- Free Trade Agreements -- Israeli Trade Act. 52.219-14�Limitations on Subcontracting. 52.222-35�Equal Opportunity Veterans. 52.222-37�Employment Reports on Veterans. (xiii) N/A (xiv) N/A (xv) Offers shall be emailed to porcesh.huling@usda.gov no later than 1600 hours MT on August 30, 2024. (xvi) Porcesh A. Huling, Contract Specialist, porcesh.huling@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1b27d95057454f5d81aafb503e5a2cca/view)
- Place of Performance
- Address: Talladega, AL 35160, USA
- Zip Code: 35160
- Country: USA
- Zip Code: 35160
- Record
- SN07180017-F 20240823/240821230125 (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 |