Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

S -- Toilet Pumping for London Ranger District

Notice Date
1/15/2025 7:07:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
USDA-FS, CSA EAST 1 Atlanta GA 303092449 USA
 
ZIP Code
303092449
 
Solicitation Number
12443925Q0006
 
Response Due
2/13/2025 9:00:00 AM
 
Archive Date
02/13/2025
 
Point of Contact
Molly Sikkink (Administrative POC), Phone: 612-474-4360
 
E-Mail Address
molly.sikkink@usda.gov
(molly.sikkink@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Solicitation number 12443925Q0006 is issued as request for quotation (RFQ). The acquisition procedures at FAR Part 12 are being utilized. The Government anticipates the award of a firm fixed-price, purchase order. Award will be made to the responsible offeror whose quote responds to the terms of the RFQ and is most advantageous to the government. The USDA-Forest Service-Daniel Boone National Forest (DBNF) requires a services contract for Toilet Pumping on the London Ranger District. The contract will be awarded for a Base Year plus up to (4) four option years. The offeror must provide a proposal of the line items they wish to be considered for and include the Schedule of Items and Experience Questionnaire, explaining the capabilities of their company to meet the government requirements as described in the posting. The Period of Performance for the Base Year is contingent upon award date but is anticipated to be from 04/01/2025 - 03/31/2026. All Option Years will coincide with base year period of performance, i.e Option Year 1 (04/01/2026 - 03/31/2027; Option Year 2 (04/01/2027- 03/31/2028); Option Year 3 (04/01/2028 - 03/31/2029) and Option Year 4 (04/01/2029 - 03/31/2030). FAR 52.232-18 Availability of Funds- Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Performance Work Statement (PWS), Terms and Conditions, Maps, Schedule of Items, Experience Questionnaire and necessary documents, information, and instructions to bidders for submittal are attached. Submittals received after the deadline will not be considered. This procurement is being conducted under NAICS code 562991 Septic Tank and Related Services. In order to be a small business under this NAICS code a business must have $9.0M or less in average annual receipts in this category. This competition is a 100% small business set aside under this NAICS code. The basis for award will be Best Value. To qualify as being technically acceptable vendors must: 1)have the equipment/personnel necessary to meet the requirements and reach the work sites (some are only reachable by size restricted roads), 2)provide proof of experience on the required Experience Questionnaire to establish vendor competence for related work. Technical acceptability will be a pass / fail evaluation. It is the sole decision of the Contracting Officer(s) at the Daniel Boone National Forest to decide if a contractor is technically acceptable or not technically acceptable. All contractors wishing to do business with the federal government must have an active entry in the SAM computer system (https://www.sam.gov) and not be debarred from federal contracting. The Service Contract Act is applicable to this contract. Wage Determinations have been includes as an attachment. 52.237-1 Site Visit- No formal site visit will be held. Techical and site questions shall be directed to Kelly Meadows at (606)231-9432. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d78388e83224e2f850fd08e576d7a92/view)
 
Place of Performance
Address: London, KY 40744, USA
Zip Code: 40744
Country: USA
 
Record
SN07313650-F 20250117/250115230101 (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.