SOLICITATION NOTICE
B -- NRI Soil Inventory Data Collection Services in North Dakota
- Notice Date
- 7/9/2020 2:33:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
- ZIP Code
- 20250
- Solicitation Number
- 12FPC120Q0050
- Response Due
- 7/24/2020 2:30:00 PM
- Archive Date
- 08/08/2020
- Point of Contact
- Demetrica Johnson
- E-Mail Address
-
demetrica.johnson@usda.gov
(demetrica.johnson@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Description: (i) This is a combined synopsis/solicitation for commercial services 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. � (ii) This solicitation is issued as a Request for Quote (RFQ) and a Firm Fixed Price (FFP) contract award is expected to be issued. (iii) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at �http://www.acquisition.gov/far/index.htm /. (iv) The associated North American Industries Classification System (NAICS) code for this acquisition is 541990 and the small business size standard of $16,500,000 Dollars.� (v) Quotes must be broken down and prices shown for each of the following Contract Line Item Numbers (CLIN):� CLIN�������������������������������������� Description���������������������������� ����������� ����������� Quantity 0001��������������� Collection of ND soil Resource Inventory������������� ����������� 1 (Job) ������������������ (See Statement of work for actual description of CLIN) ����������������������� ����� (vi) The Period of Performance will be for 12 months after contract award as stated in the Scope of Work. (vii) The provision at 52.212-1 Instructions to Offerors � Commercial Items, applies to this solicitation. See attachment three (3) (viii) The provision at 52.212-2 Evaluation � Commercial Items, is applicable to this solicitation. See attachment four (4) (ix) The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items (x) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. The following items under Clause 52.212-5 are considered checked and applicable to this acquisition: 52.222-50, Combating Trafficking in Persons, Alternate I 52.203-6, Restrictions on Subcontractor Sales to The Government 52.203-13, Contractor Code of Business Ethics and Conduct. 52 204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of publicly Available Information Regarding Responsibility Matters 52.219-1, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer�System for Award Management 52.237-11, Accepting and Dispensing of $1 Coin �(xii)� The following FAR provisions/ clauses apply to this acquisition: 52.202-1, Definitions 52.203-2, Certificate of Independent Price Determination 52.203-5, Covenant Against Contingent Fees 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-7, Anti-Kickback Procedures 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-19, Incorporation by Reference of Representations and Certifications � 52.212-1, Instructions to Offerors�Commercial Items 52.212-2, Evaluation�Commercial Items 52.212-3, Offeror Representations and Certifications�Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Item 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (DEVIATIONPP 2013-O0019) 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1 Changes�Fixed-Price Alt I (xiii) (N/A) (xiv) Quotes are due no later than July 24th, 2020 at 4:30 PM, US CST.� Quotes received after this date and time will not be accepted.� It is the Offerors responsibility to ensure submission of its quote is received by the Government on or before the date and time stated above.��� � (xv) Quotes are to be emailed to the Contract Specialist and Contracting Officer identified below: ����������� Ms. Demetrica L. Johnson, Contract Specialist � Demetrica.Johnson@usda.gov ����������� Mr. Kyle L. Heid, Contracting Officer- Kyle.Heid@usda.gov � ATTACHMENTS: ����������� 1. Performance Work Statement Year 2018 ����������� 2. Wage Determination ����������� 3. 52.212-1 Instructions to Offerors � Commercial Items ����������� 4. 52.212-2 Evaluation � Commercial Items (Evaluation Factors and Criteria)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0abbe0bb151f4a98a801622d42082119/view)
- Place of Performance
- Address: Bismarck, ND 58502-1458, USA
- Zip Code: 58502-1458
- Country: USA
- Zip Code: 58502-1458
- Record
- SN05715914-F 20200711/200709230139 (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 |