Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12444824Q0030
Questions & Answers #3 posted No further questions will be accepted/answered. ******************************************************************************* AMENDMENT 00001 - Added to page 3 of State...
Questions & Answers #3 posted No further questions will be accepted/answered. ******************************************************************************* AMENDMENT 00001 - Added to page 3 of Statement of Work. Questions and Answers #2 from Pre-Bid Meeting on 9 Sep 2024. ********************************************************************************* Questions and Answers posted. All other terms and conditions remain unchanged. ********************************************************************************** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as Request for Quotation (RFQ), using FAR 13 Simplified Acquisition Procedures. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. (iv) This procurement is set aside for Small Business. The NAICS code is 541710 and the Small Business Size Standard is $17.5 M. (v) Schedule of Items/Price Schedule: Firm Fixed Price. This solicitation will result in a Firm Fixed Price contract to a single offeror determined to be responsive and responsible. Offeror MUST be registered in the System for Award Management (SAM) website: https://sam.gov. If at time of award an Offeror is not actively and successfully registered in SAM database, the Government reserves the right to award to next prospective Offeror. (vi) The solicitation documents and incorporated provisions and clauses are those in effect through the date of posting. It is the Offeror's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/browse/index/far. (vii) Address questions about this solicitation to Amelia Dávila-Garcia, Contracting Officer by email at amelia.davila-garcia@usda.gov. Questions received after 05 Sep 2024, may not be answered. Questions & Answers will be posted on https://sam.gov by 06 Sep 2024. Address Subject Line: 12444824Q0030, GTNHS IPM Program Services. Attached to SF 1449: DRAFT Statement of Work with maps, SCA Wage Determination, Experience Questionnaire and Past Performance Questionnaire. Schedule of Items (Section B) attached separately.