Repair and Maintain Renderer Drive

expired opportunity(Expired)
From: Federal Government(Federal)
12505B22Q0103

Basic Details

started - 04 May, 2022 (about 2 years ago)

Start Date

04 May, 2022 (about 2 years ago)
due - 25 May, 2022 (23 months ago)

Due Date

25 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
12505B22Q0103

Identifier

12505B22Q0103
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29517)AGRICULTURAL RESEARCH SERVICE (9102)USDA ARS MWA AAO ACQ/PER PROP (1532)
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. 12505B22Q0103 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 2022-06. The NAICS code applicable to this acquisition is 811310 (Commercial and Industry Machinery). This requirement is for full and open competition.The USDA, ARS in Ames, Iowa has a requirement for renderer seal replacement and repair service. The Government intends to award one firm fixed price contract.This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):CLIN 1: Renderer seal replacement and repair service, per
specifications attached to this solicitation.The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Ames, IA 50010 and will be identified in the contract.Offerors responding to this announcement shall submit their Quote 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) Technical and (2) Price and must also have satisfactory Past Performance.  Technical acceptability will be evaluated based on company experience (OEM trained technicians). 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 SAM UEI number.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; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.222-50, Combatting Trafficking in Persons; 52.222-55, Minimum Wages under Executive Order 13658; 52.222-62, Paid Sick Leave Under Executive Order 13706; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 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. All invoices shall be submitted electronically.Questions regarding this solicitation shall be emailed (no phone calls will be accepted) to Melissa Grice, Contract Specialist at melissa.grice@usda.gov no later than 3:00 PM (Central) May 18, 2022. All answers to questions will be posted as an attachment in this solicitation.Furnish quotes no later than 2:00 PM (Central), May 25, 2022 to Melissa Grice, Contract Specialist at melissa.grice@usda.gov . Quotes will only be accepted via email, no phone calls will be accepted.

Ames ,
 IA  50010  USALocation

Place Of Performance : N/A

Country : United StatesState : IowaCity : Ames

You may also like

Repair of B1 Alarm Control

Due: 09 May, 2024 (in 14 days)Agency: DEPT OF DEFENSE

Fuel System Maintenance and Repair

Due: 14 May, 2024 (in 19 days)Agency: Multnomah County

Classification

naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode J045Maintenance, Repair and Rebuilding of Equipment: Plumbing, Heating, and Waste Disposal Equipment