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
- Zip Code: 29905
- 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 |