Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
SOLICITATION NOTICE

66 -- IT52SD 2-Door Incubator with Accessories and IT77SD 3-Door Incubator with Accessories

Notice Date
9/10/2025 9:24:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA25Q0181
 
Response Due
9/19/2025 1:00:00 PM
 
Archive Date
10/04/2025
 
Point of Contact
Monte Jordan
 
E-Mail Address
monte.jordan@usda.gov
(monte.jordan@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the procedures contained in FAR Part 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 1232SA25Q0181 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-05 dated 08/07/2025. This solicitation is issued as a Total Small Business Set-Aside. The associated North American Industry Classification System (NAICS) code is 333415 and the small business size standards in number of employees is 1250. Contract Line Item Number(s) (CLINS): 0001 � IT52SD 2-door Incubator with accessories in accordance with attached Statement of Work/Specifications. 0002 � IT77SD 3-door Incubator with accessories in accordance with attached Statement of Work/Specifications. Description/Statement of Work/Specifications: See attached Statement of Work/Specifications. Place(s) of Delivery and Acceptance: USDA, ARS, Livestock Arthropod Pest Research Unit 22675 N. Moorefield Road, Building 6419 Edinburg, TX 78541 Period of Performance: September 24,2025 through October 22,2025. Delivery for this requirement must be FOB Destination inclusive of all costs. Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM. FAR Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum. Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (DEVIATION), with their quote online at SAM: www.sam.gov. An offeror must state in their quotation if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (DEVIATION), is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. Date, Time and Place quotations are due. Quotations are due by Friday, September 19, 2025, not later than 3:00 p.m. CDT. Submit quotations to the following e-mail address(es), referencing Solicitation Number 1232SA25Q0181 by the quotation due date and time: Contract Specialist, Monte Jordan at monte.jordan@usda.gov. No late quotations will be accepted. The quotation must be valid for at least 60 days after receipt of quotation. It is the offeror's responsibility to monitor the Government Point of Entry (GPE) (sam.gov) for information relevant to this solicitation, e.g., questions and answers, amendments, etc. Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b92ed0fe400746a6acd7a5994f921317/view)
 
Place of Performance
Address: Edinburg, TX 78541, USA
Zip Code: 78541
Country: USA
 
Record
SN07586242-F 20250912/250910230053 (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.