SPECIAL NOTICE
R -- R--RFQ 140D0425Q0643, Hawaiian Home Lands Boundary Surveys, Maui County Select Par
- Notice Date
- 8/21/2025 7:43:02 AM
- Notice Type
- Special Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
- ZIP Code
- 20170
- Solicitation Number
- 140D0425Q0643
- Response Due
- 9/4/2025 10:00:00 AM
- Archive Date
- 09/05/2025
- Point of Contact
- Nunez, Lydia, Phone: 7039643648
- E-Mail Address
-
LYDIA_NUNEZ@IBC.DOI.GOV
(LYDIA_NUNEZ@IBC.DOI.GOV)
- Description
- Request for Quote (RFQ) no. 140D0425Q0643 Hawaiian Home Lands Boundary Surveys, Maui County Select Parcels for U.S. Department of the Interior (DOI), Office of Native Hawaiian Relations (ONHR) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and Part 13, 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. This solicitation is being issued as a Request for Quote (RFQ). The solicitation number is 140D0425Q0643. The Government intends to award one purchase order as a result of this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, effective 08/07/2025. The Government is procuring this requirement using full and open competition. There are no set-asides. The associated The North American Industry Classification System (NAICS) is 541370 � Surveying and Mapping (except Geophysical) Services with a size standard of $19 Mil. The Product Service Code (PSC) is R404 � Support- Professional: Land Surveys-Cadastral (Non-Construction). A list of line items can be found in Attachment 1 (Price Sheet). A description of the requirements for the services being acquired can be found in Attachment 2 (Performance Work Statement). The estimated periods of performance (12 months from date of award) is as follows: 09/25/2025-09/24/2026. The FAR provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment 3 (addendum 52.212-1, Instructions to Quoters) for additional instructions. See Attachment 4 (Evaluation Procedures) in lieu of the FAR provision at 52.212-2, Evaluation-Commercial Products and Commercial Services. Quoters shall submit a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with the quote. Quoters may complete this online at SAM: www.sam.gov. Quoters must state in their quote if they completed FAR 52.212-3 online and that is it up-to-date and valid. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference. See Attachment 5 (addendum to 52.212-4). The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses (cited within the 52.212-5 clause) are applicable to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-14, Service Contract Reporting Requirements; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment; 52.204-27, Prohibition on a ByteDance Covered Application; 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.222-55, Minimum Wages Under Executive Order 14026; 52.222-62, Paid Sick Leave Under Executive Order 13706; 52.225-13, Restrictions on Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving; and 52.232-33, Payment by Electronic Funds Transfer�System for Award Management; 52,232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.240-1, Encouraging Contractor Policies to Ban Text Messaging While Driving. See Attachment 8 (Additional Contract Requirements/Terms and Conditions) for additional terms and conditions applicable to this acquisition. Quotes are due by 1pm, Eastern Time, on Thursday, September 4, 2025. Quotes shall be submitted to the CO, Lydia Nunez, at Lydia_Nunez@ibc.doi.gov. Questions must be in writing and submitted electronically via email to Lydia_Nunez@ibc.doi.gov no later than 10am EST on August 25, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ae41cf11d970470ba62f4a6c4af1f819/view)
- Record
- SN07560286-F 20250823/250821230048 (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 |