SOLICITATION NOTICE
66 -- GreenFeed and SmartFeed Units for OCPARC
- Notice Date
- 12/19/2024 12:22:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
- ZIP Code
- 80526
- Solicitation Number
- 12805B25Q0063
- Response Due
- 1/2/2025 10:00:00 AM
- Archive Date
- 01/17/2025
- 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 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number is 12805B25Q0063 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2025-01. The associated NAICS Code is 334516 and the Small Business Size Standard is 1,000 employees and is set-aside 100% for small business. The USDA, Agricultural Research Service in El Reno, OK has a requirement for two (2) GreenFeed and ten (10) SmartFeed units (Brnad Name or Equal). The Government intends to award a firm fixed price purchase order. The requirements are further detailed in Attachment 1 - Specifications. The DELIVERY ADDRESS is: Oklahoma and Central Plains Agricultural Research Center (OCPARC) 7207 West Cheyenne Street El Reno, OK 73036 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) Sam UEI Number and CAGE Code, (iii) A list of the submission package contents. 2) Acknowledgment of any and all amendments by submitting signed SF-30�s (one for each amendment) and completing blocks 15a, b, and c on each form. 3) Contractor quote pricing document with breakdown of all major cost elements. Offerors shall provide a firm fixed price, and not offer any priced options. 4) Authorized Vender or Manufacturer verification. No third party or pass through offers will be accepted. 5) Complete submission of 52.225-2 Buy American Certificate Provision beginning on page 23. If the product being offered is Made in America, offeror shall place �N/A, Not Applicable� in paragraph b. If the product is manufactured outside of the Unites States, please enter that country in paragraph b. 6) Offerors proposing to furnish an �equal� product, in accordance with the �Brand Name or Equal� provision of this solicitation, shall provide the following information for each offered �equal� product: a. Contract Line Item Number (if any): b. Brand Name or Equal Product identified by the Government in this solicitation: c. Offered Product Name: d. Catalog Description or part number: e. Manufacturer's Name: f. Manufacturer's Address: Offerors shall submit any and all additional information on the above �equal� product necessary for the Contracting Officer to determine whether the product offered meets the �brand name or equal� product's salient characteristics listed in the solicitation. 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 document. Additionally, other contract requirements and terms/conditions can be located in the same document. Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov). 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. 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. For information regarding this synopsis/solicitation, please contact Mr. Brian Workman at brian.workman@usda.gov. Only written submitted questions will be given a response. They will be answered via a Questions from Industry posting to sam.gov. Due to USDA-ARS operating remotely, Mr. Workman is only available via email. All sources wishing to quote shall furnish a quotation by 1300 ET, on or before January, 2, 2025. Quotations are to be sent via email to Brian Workman at brian.workman@usda.gov. Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred. 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/a3ba3b74d0b542138a7c590cb276333e/view)
- Place of Performance
- Address: El Reno, OK 73036, USA
- Zip Code: 73036
- Country: USA
- Zip Code: 73036
- Record
- SN07297905-F 20241221/241219230117 (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 |