Move Office Furniture

expired opportunity(Expired)
From: Federal Government(Federal)
12805B22Q0258

Basic Details

started - 24 Jun, 2022 (22 months ago)

Start Date

24 Jun, 2022 (22 months ago)
due - 29 Jun, 2022 (22 months ago)

Due Date

29 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
12805B22Q0258

Identifier

12805B22Q0258
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29431)AGRICULTURAL RESEARCH SERVICE (9082)USDA ARS PA AAO ACQ/PER PROP (2188)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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 item with commercial services prepared in accordance with the format in FAR subpart 12.06, 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 12805B22Q0258 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2021-05. The associated NAICS Code is 484210 and the Small Business Size Standard is $30.0M.The USDA, Agricultural Research Service Temple, TX requires furniture to be moved from storage to bulding 4.  The contractor shall supply these products, meeting or exceeding the specifications listed on page 12. 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 Temple, TX808 East Blackland RoadTemple, TX 76502DOCUMENTS TO BE INCLUDED IN QUOTE:  In order to be considered for award, Offerors shall respond by:1) Providing a quote on company letterhead addressing all of the requirements of the RFQ, clearly note per item pricing. 2) Have an Active SAM.gov registration and complete the Representations in FAR 52.204-54; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.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 represents the best as a whole.  The Government has the discretion to accept other than the lowest priced quote that provides additional benefits.All sources wishing to quote shall furnish a quotation by 1:00 p.m. Central Time, on or before Tuesday, June 28, 2022. Quotations are to be sent via email to Peter Nelson at peter.b.nelson@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.INSTRUCTIONS FOR THE PREPARATION OF OFFERS (FAR 52.212-1 Addendum)This procurement is a Solicitations competed in accordance with FAR Part 13, Total Small Business set aside. Solicitation documentation and any issued amendments will be distributed via Public Display.   No hard copy solicitation materials are available.Offerors shall provide all required information referenced in this section.  Failure to provide all requested information may result in the proposal not being considered for further evaluation.Offers shall submit required documents via email ONLY to peter.b.nelson@usda.govOFFER SUBMISSION DOCUMENTS  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) UEI Number, CAGE Code, Tax Identification Number (ii) A list of the submission package contents.  Contractor Quote pricing document. Document shall provide detailed pricing breakout in accordance with the CLIN structure and items requested.Authorized Vender or Manufacturer verification.  No third party or pass through offers will be accepted.FAR 52.212-2 – Evaluation -- Commercial Products and Commercial Services.Evaluation -- Commercial Products and Commercial Services (Nov 2021)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Lowest Priced Technically Acceptable.Evaluation MethodologyIn accordance with FAR Part 13 the Government will award a firm fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Lowest Price Technically Acceptable (LPTA), evaluation method. Technical Acceptability is defined as:Meeting all requirements as defined in the solicitation, to include submission of all Quote submission documents referenced in Instructions for the Preparation of Offers (FAR 52.212-1 Addendum). Failure to submit ANY of the required document listed in “Offer Submission Documents (52.212-1 Addendum)” will render your quote non-responsive and thus not eligible for award. Failure to acknowledge any and all amendments will render your quote non-responsive and thus not eligible for award.Authorized Vendors and Manufacturers.   This requirement will ensure that devices are not counterfeit or adulterated devices, have maintained adequate storage conditions, and any warranties and service and/or maintenance agreements are transferred and will be honored by the offeror.  Offerors that are 3rd party or pass through will not be accepted.Acceptable rating in “Past Performance”.Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an “acceptable” or “unacceptable” basis. The apparent successful, prospective contractor must have “acceptable” past performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor  Performance Assessment Reporting System (CPARS) shall be considered as part of the past performance evaluation process. Any past performance that is found to be “Negative”, shall result in the entire Past Performance rating as “Unacceptable”. “Negative” is defined as any CPARS past performance evaluation rated less than “Satisfactory”, any Terminations for Default/Cause, or any negative performance references will be rated as ‘Unacceptable’. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.” Any past performance that is found to be “negative”, shall result in the entire Past Performance rating as  “Unacceptable” making the overall Technical Acceptability as “Unacceptable”.(End of Provision)06/24/2022 - RFQ edited - site map / floor plan added to the attachments.

Temple ,
 TX  76502  USALocation

Place Of Performance : N/A

Country : United StatesState : TexasCity : Temple

You may also like

FURNITURE OFFICES

Due: 12 May, 2024 (in 22 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

NRCS FARIBAULT OFFICE MOVE & STORAGE

Due: 31 Aug, 2024 (in 4 months)Agency: FARM PRODUCTION AND CONSERVATION BUSINESS CENTER

FURNITURE RELOCATION MOVE, JACKSON, MS, VAMC.

Due: 30 Sep, 2025 (in 17 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 484210Used Household and Office Goods Moving
pscCode V119Other Cargo and Freight Services