Soil Sample Analysis Services

expired opportunity(Expired)
From: Federal Government(Federal)
12505B22Q0020-01

Basic Details

started - 05 Jan, 2022 (about 2 years ago)

Start Date

05 Jan, 2022 (about 2 years ago)
due - 10 Jan, 2022 (about 2 years ago)

Due Date

10 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
12505B22Q0020-01

Identifier

12505B22Q0020-01
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29707)AGRICULTURAL RESEARCH SERVICE (9146)USDA ARS MWA AAO ACQ/PER PROP (1543)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation No. 12505B22Q0020-01 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-03. The NAICS code applicable to this acquisition is 541715 (Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)). This requirement is for full and open competition.The USDA, ARS location in Columbia, Missouri has a requirement for soil sample analysis services.This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):CLIN 01: Soil sample analysis services, per
Statement of Work document attachedThe Contractor shall provide all items F.O.B. destination.  Location of the Government site is aboard USDA Columbia, MO and will be identified in the contract. Offerors responding to this announcement shall submit their Proposal in accordance with FAR 52.212-1. The basis for award is Lowest Price Technically Acceptable (LPTA).  LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.  Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Company Experience and (2) Price and must also have satisfactory Past Performance.  The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified.  If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability.  This will continue until the lowest price proposal is determined technically acceptable.  Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed.  If found responsible, evaluations will be closed and award will be made.DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical approach*; 2) price; and 3) company's DUNS number.*Technical approach of the service being offered will be used to make an evaluation and arrive at a determination as to whether the quote will meet the requirements of the Government.  Therefore, technical approach must present sufficient information to reflect a thorough understanding of the requirement. Quotes which merely paraphrase the requirements of the Government's specifications/statement   of work or use such phrases as "will comply" or "standard techniques will be employed" will be considered unacceptable and will not be considered further.REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.To be eligible for an award, all contractors must be registered in the System for Award Management (SAM).  A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov.  NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.  All invoices shall be submitted electronically.Questions regarding this solicitation will be accepted via email only, no phone calls will be accepted.  Email questions to Kristen.turner@usda.gov no later than 3:00 PM CDT January 7, 2022.Furnish quotes no later than 3:00 PM (CDT), January 10, 2022 to Kristen Turner, Contracting Officer at Kristen.turner@usda.gov .  Quotes will only be accepted via email, no phone calls will be accepted.

Columbia ,
 MO  65211  USALocation

Place Of Performance : N/A

Country : United StatesState : MissouriCity : Columbia

You may also like

STREAM BIOTA SAMPLE ANALYSIS PROCESSING

Due: 14 Sep, 2024 (in 4 months)Agency: NATIONAL PARK SERVICE

ANALYSIS OF LEAD IN DUST WIPE SAMPLES AND LEAD IN PAINT CHIP SAMPLES

Due: 22 May, 2024 (in 19 days)Agency: New York City Housing Authority

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541715Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
pscCode B529Scientific Data Studies