Federal Bid

Last Updated on 11 Aug 2021 at 2 PM
Combined Synopsis/Solicitation
Ames Iowa

Sequencing

Solicitation ID 12505B21R0019
Posted Date 11 Aug 2021 at 2 PM
Archive Date 16 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Ames Iowa United states 50010

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number 1250B21R0019 is issued as a request for proposal (RFP).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06.  This solicitation will be a 100% Total Small Business Set-Aside.  The associated NAICS code is 541380 (Testing Laboratories), with a small business size standard of $16.5 million.

This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):

0001)  Sequencing

Specifications:  See attached Statement of Work.

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.  The Government anticipates award of a Firm Fixed Price contract.

Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1.  Submission of proposal shall include the following:  (1) Technical (what work will be done and how it will be done) and (2) Price (to include shipping).

All responses shall be submitted electronically to [email protected].

The basis for award is lowest price technically acceptable.  "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 (to include shipping) and must also have satisfactory Past Performance.  The lowest priced proposal will first be evaluated for technical acceptability.  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.

INSPECTON AND ACCEPTANCE TERMS:  Services will be inspected by Contracting Officer Representative (COR) and accepted at destination.  Delivery is requested within 17 weeks of receipt of order.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:  FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical and price); FAR 52.212-3 Offeror Representations and Certifications—Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages Under Executive Order 13658; FAR 52.222-62 Paid Sick Leave Under Executive Order 13706; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.

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.

Proposals must be received no later than 4:00 PM CDT on September 1, 2021.

Questions in regards to this combined synopsis/solicitation are due no later than 3:00 PM CDT on August 18, 2021.  Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Bid Protests Not Available

Similar Past Bids

Ames Iowa 19 Aug 2021 at 3 PM
Madison Wisconsin 09 Dec 2020 at 9 PM
Fort collins Colorado 06 Aug 2021 at 7 PM
Fargo North dakota 28 Jul 2021 at 4 PM

Similar Opportunities