Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2025 SAM #8458
SOLICITATION NOTICE

66 -- Swing Sling and Hammock Sets

Notice Date
1/21/2025 6:23:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115210 — Support Activities for Animal Production
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B25Q0088
 
Response Due
1/31/2025 2:00:00 PM
 
Archive Date
02/15/2025
 
Point of Contact
David Hildebrand
 
E-Mail Address
david.hildebrand@usda.gov
(david.hildebrand@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Number 12805B25Q0088 Swine Sling and Hammocks National Agro and Bio-Defense Facility Manhattan, Kansas The Agricultural Research Service, Plains Area Administrative office, Acquisition and Personal Property office intends to solicit and award a single firm-fixed-price contract for the purchase of 2 Swine Sling and Hammock sets. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued under Request for Quotation (RFQ) number 12805B25Q0088. This requirement is being solicited under NAICS code 115210, Support Activities for Animal Production and is set-aside for 100% Total Small Business. The size standard is $11M. All FAR references are based off FAC 2025-02, Effective 3 Jan 2025. This firm-fixed-priced award will be awarded as firm-fixed price contract. FAR 52.212-1, Instructions to Offerors-Commercial, is applicable to this acquisition. An addendum will be added on page 12. FAR 52.212-2, Evaluation of Offerors, is applicable to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR Part 13 Simplified Acquisition Procedures utilizing Lowest Priced Technically Acceptable (LPTA) factors will be used for the evaluation process. The following factors shall be used to evaluate offers: Technical Factor #1. Documentation is provided for that the sling and hammocks to be provided meets or exceeds all the salient characteristics and specifications listed in Attachment 1. Failure to provide this or not meet the characteristics will cause the vendor to be rated unacceptable. 2. Technical Factor #2. Vendor submitted a filled out FAR Provision 52.225-2. Failure to submit this shall cause the vendor to be rated unacceptable. If an offeror receives an adjectival rating of �unacceptable� in any factor they shall not be eligible for contract award. Offeror must sign and date the 52.212-1 Addendum found of page 12, along with all amendments posted to sam.gov for 12805B25Q0088. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and no addendum has been added. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and applicable clauses within 52.212-5 to this acquisition have been marked with three X�s. Other additional FAR Clauses have been added to this synopsis/solicitation. If they are incorporated by reference in this synopsis/solicitation, use acquisition.gov to read them in their entirety. Submittals Formats: Only Electronic submissions via email will be accepted due to Contract Specialist working remotely. Quotes are due to the Contract Specialist, Mr. David Hildebrand, at david.hildebrand@usda.gov by 4:00 PM (CST) 31 January 2025. For information regarding this synopsis/solicitation, please contact Mr. David Hildebrand at david.hildebrand@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. Hildebrand is only available via email. 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. Site Visit: None offered. Questions must be submitted in writing via email to david.hildebrand@usda.gov. Questions received after January 29, 2025 may not receive a response. Responses will be posted to sam.gov in a document titled Questions from Industry. You will not receive a direct response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/994816e777504c8d94c8d336fef2a819/view)
 
Place of Performance
Address: KS 66502, USA
Zip Code: 66502
Country: USA
 
Record
SN07318712-F 20250123/250121230108 (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.