Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
MODIFICATION

B -- Bat Survey and Monitoring

Notice Date
2/27/2025 12:51:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
COMMANDING GENERAL PARRIS ISLAND SC 29905-9001 USA
 
ZIP Code
29905-9001
 
Solicitation Number
M0026325Q0012
 
Response Due
3/7/2025 11:00:00 AM
 
Archive Date
03/22/2025
 
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
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
(a) Solicitation number M0026325Q0012 is issued as a Request for Quote (RFQ) using the commercial procedures in accordance with FAR Part 12 and Simplified Acquisition Procedures FAR Part 13. This solicitation is 100% Women-Owned Small business set-aside, and the North American Industrial Classification System (NAICS) code for this requirement is 813312 with a size standard of $16,500,000. QUOTE IS DUE MARCH 7 2025 NLT 2:00 PM EST. (b) Any/all questions regarding this RFQ shall be received no later than 4 March, 4:00 PM EST. (c) Quote Deliverables 1. Offeror shall complete provisions provided in Section I (FAR 52.212-3) of the SF1449 submit with quote, or complete the Reps and Certs in the System for Award Management(SAM) and reference SAM completion in quote. 2. OFFEROR SHOULD COMPLETE BLOCKS 12, 17 (include Offeror name, Point of Contact, Cage code, Duns code, and Tax ID #), 23, 24, AND 30(30a through 30c) on page 1 of the SF 1449. A. Offeror must acknowledge all solicitation amendments. B. Quotes must be good for 30 days from the closing date of the solicitation C. The offeror shall provide documentation, such as product literature (spec sheet) and other material that clearly demonstrates in detail the item quoted meets all the requirements and specifications of Section B as will be evaluated by the Government. The maximum page limit for the Technical Capability is twenty pages. D. 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).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d58091ea3d3e4e6d88d5e8de490789cd/view)
 
Place of Performance
Address: Parris Island, SC 29905, USA
Zip Code: 29905
Country: USA
 
Record
SN07355426-F 20250301/250227230035 (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.