Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2024 SAM #8188
SOLICITATION NOTICE

Q -- Portable Audiometric Testing-Device Services

Notice Date
4/26/2024 12:32:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
USDA, FSIS, OAS PCMB BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
123A94Q0018
 
Response Due
5/17/2024 1:00:00 PM
 
Archive Date
06/01/2024
 
Point of Contact
Reginald Brown, Phone: 3013444747, Karen Petty
 
E-Mail Address
reginald.brown@fsis.usda.gov, karen.petty2@usda.gov
(reginald.brown@fsis.usda.gov, karen.petty2@usda.gov)
 
Description
USDA/FSIS Administrative Service Division 5601 Sunnyside Ave, Beltsville, MD 20705 SUBJECT: Portable Audiometric Testing-Devices and Services (PATS)� Combined Synopsis/Solicitation REF NO.: 123A9424Q0018 This is a combined synopsis/solicitation (hereafter referred to as �solicitation�) for commercial services prepared in accordance with the format in Federal Acquisition Regulation (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 Number: 123A9424Q0018 This solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-02. THIS REQUIRMENT WILL BE: Full and Open Competition. NAICS code 339112 Contract Line-Item Number (CLIN) Nomenclature- The contract includes CLINs 0001 through 4003. The first two digits indicates the variety of the base period (i.e., 0001, 0002, etc.), then year two (i.e., 1001, 1002, etc.) and so forth. The CLINs in the model contract include estimated quantities for each item. However, the Government reserves the right to order none, some, or more than the estimated quantities of each line item solely based upon its needs. Please See Attachment- 4 �Model Contract� and Attachment- 2 �CLIN Proposal Worksheet� for more details. Description: The Contractor shall provide all personnel, supervision, equipment, materials, and other items and services necessary to perform PATS at the various plant establishments. The Contractor shall perform to the standards in the contract as well as all federal, state, county, and local laws, and/or regulations. The anticipated contract will be a one (1) base year, plus four (4) twelve (12) month option periods, Firm-Fixed-Price (FFP) contract. 30-Day Phase in Period: Anticipated 1 June 2024 � 30 June 2024 Base period: Anticipated to be 1 July 2024 � 30 June 2025 Option period 1: Anticipated to be 1 July 2025 � 30 June 2026 Option Period 2: Anticipated to be 1 July 2026 � 30 June 2027 Option Period 3: Anticipated to be 1 July 2027 � 30 June 2028 Option Period 4: Anticipated to be 1 July 2028 � 30 June 2029 Optional 30-Day Phase-out period: 1 July 2029 � 31 July 2029 The provision at 52.212-1, Instructions to Offerors � Commercial and its addendum (see solicitation Attachment-5) applies to this acquisition. 52.212-2 -- Evaluation -- Commercial Items and its addendum (see solicitation Attachment-6) applies to this acquisition. Vendors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its proposal or a statement that the version in SAM.gov is up to date and provide said date. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. Additional Contract Requirement or Terms and Conditions: SEE MODEL CONTRACT Defense Priorities and Allocation System (DPAS): N/A Offers are due on 17 May 2024 by 1600 EST and shall be submitted via email (listed below) and must include the solicitation numbers, the offeror�s SAM Unique Entity ID (UEI) Number, and the name, address, telephone number, and email address of the Offeror Point of Contact. � Any Questions regarding this solicitation are due on or before 4:00pm EST on 3 May 2024. (26 April � 3 May 2024 is referred to as the Q&A Window). No questions submitted after this deadline will be considered. All Questions submitted within the Q&A window will be answered and posted as an amendment to this Solicitation no later than one week from the Q&A Window deadline. Primary Point of Contact: Reggie Brown, Contract Specialist at reginald.brown@usda.gov Secondary Point of Contact: Karen Petty, Contracting Officer at karen.petty2@usda.gov The Following are attached to this document: Attachment 1 - Statement of Work dated: 20 March 2024 Attachment 2 � CLIN Proposal Worksheet Attachment 3 � Past Performance Information Attachment 4 � Model Contract & Clauses Attachment 5 � Addendum to FAR 52.212-1 Attachment 6 � Addendum to FAR 52.212-2
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57a1c6ecce104d34974b05eabf3e2a58/view)
 
Place of Performance
Address: Beltsville, MD, USA
Country: USA
 
Record
SN07044159-F 20240428/240426230044 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.