Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2025 SAM #8528
SOLICITATION NOTICE

R -- Sheep Shearing

Notice Date
3/31/2025 6:05:05 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
12805B25Q0093
 
Response Due
3/31/2025 12:00:00 PM
 
Archive Date
04/15/2025
 
Point of Contact
Laura Nessa
 
E-Mail Address
laura.nessa@usda.gov
(laura.nessa@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**SF-18 is posted **03/31/2025 - Updated Q&A is posted **Amendment 0001 - Purpose of this amendment is to extend the solicitation period, update PWS, and updated clauses and provisions. **03/21/2025 - Q&A is posted. This is a combined synopsis/solicitation for commercial item 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 and a written solicitation will not be issued. The solicitation number is 12805B250093 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2025-03. The associated NAICS Code is 115210 and the Small Business Size Standard is $11m. The USDA, Agricultural Research Service, Clay Center, NE requires Sheep Shearing. The Government intends to award a firm fixed price purchase order. The requirements are further detail in the attached Requirements Document. The DELIVERY ADDRESS is: USDA ARS 844 Road 313 Clay Center, NE 68933 DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by: 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) SamUEI Number, CAGE Code, Tax Identification Number (iii) A list of the submission package contents. Fully Completed and Signed SF18. Original fully completed and signed SF 18 Offer page, and acknowledgement of all amendment(s) (if applicable). On the SF18 offers shall complete blocks 13a, 13b, 13c, 13d, 13e, 13f, 14, 15, 16a, 16b, and 16c. On the SF30 amendment(s) (if applicable) offers shall complete blocks 15a, 15b, and 15c. Failure to acknowledge all amendments will result in the offer to be found Non-Responsive and not eligible for award. Attachment 01 � Performance Work Statement. Contractor shall read and comply with all specifications, and it shall be submitted with the offer. Contractor Quote pricing document. Document shall provide detailed pricing breakout in accordance with the CLIN structure and items requested. This offer must be valid for at least 60 days after receipt of quote. Acknowledgement of Evaluation Method � Offerors shall submit documentation stating an understanding that this procurement may not necessarily awarded to the lowest priced offeror, based on the fact that all requirements must be meet. Offerors shall confirm an understanding of the evaluation criteria as identified in FAR 52.212- Evaluation � Commercial Items (Addendum). For example, if two firms have similar offers then the determining factor would be price. For example, the lowest price does not meet requirements they will not be considered, and the next lowest price offer will be reviewed without discussion. Contractor must have an active ueiSam registration to be able to submit a quote. Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov). Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov). 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 clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document. 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 considering three major areas: technical acceptance, past performance and price. 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. All sources wishing to quote shall furnish a quotation by 2:00 p.m. Central Time, on or before March 31, 2025. Quotations are to be sent via email to Laura Nessa at laura.nessa@usda.gov. 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/0167250f259847d2bd7cd8f69004af27/view)
 
Place of Performance
Address: Clay Center, NE 68933, USA
Zip Code: 68933
Country: USA
 
Record
SN07391655-F 20250402/250331230045 (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.