Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2025 SAM #8494
MODIFICATION

B -- Shorebird Migratory Monitoring

Notice Date
2/26/2025 8:58:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
Contracting Office
COMMANDING GENERAL PARRIS ISLAND SC 29905-9001 USA
 
ZIP Code
29905-9001
 
Solicitation Number
M0026325Q0008
 
Response Due
3/6/2025 11:00:00 AM
 
Archive Date
03/21/2025
 
Point of Contact
Sgt Jaydian Toomin, Phone: 8432282157, Fax: 8432282163, Randy L. Wentworth, Phone: 8432282151
 
E-Mail Address
jaydian.toomin@usmc.mil, randy.wentworth@usmc.mil
(jaydian.toomin@usmc.mil, randy.wentworth@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial supply prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested. Solicitation number M0026325Q0008 is issued as a request for proposal (RFQ) using the commercial procedures in accordance with FAR Part 12. The Source Selection procedures are in accordance with FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 and DFARS Publication 20220318. The Regional Contracting Office, Marine Corps Recruit Depot- Parris Island, SC intends to solicit and award a Firm Fixed Price contract for Migratory Shorebird Survey & Monitoring. This solicitation is issued as a 100% Small Business Set Aside acquisition. The North American Industrial Classification System (NAICS) code for this requirement is 541714 with a size standard of 1000 employees. ALL QUOTES ARE DUE MARCH 6, no later than 2:00 PM EST. All applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are contained in SF1449 M0026325Q0008 attached to this synopsis. Any offerors responding to this announcement shall submit their quotes in accordance with FAR Part 12 and Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: (i) Price; (ii) Other Factors: Contractor's quoted supplies or services shall, at a minimum, meet the salient characteristics, specifications, deliverables, or performance requirements outlined in the solicitation. (iii) Past Performance: The apparent successful, prospective contractor must have satisfactory or neutral past performance. Past Performance shall be evaluated in accordance with FAR 13.106-2. The Supplier Performance Risk System (SPRS) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i). Any/all questions regarding this RFQ shall be received no later than 4 March, 4:00 PM EST. POC Sgt Toomin jaydian.toomin@usmc.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63192ff2202c433b87d8c8642ab6e009/view)
 
Place of Performance
Address: SC 29905, USA
Zip Code: 29905
Country: USA
 
Record
SN07353916-F 20250228/250226230036 (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.