Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12505B21R0009
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. Solicitation number 12505B21R0009 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 325120 (Industrial Gas Manufacturing), with a small business size standard of 1,000 employees. Specifications: See attached Technical Specifications. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Peoria, IL and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1 and the attached supplement to FAR 52.212-1. All responses shall be submitted electronically to josh.dobereiner@usda.gov. The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) and must also have satisfactory Past Performance. The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Proposals must be received no later than 4:00 PM Central Daylight Time on May 26, 2021. Questions in regards to this combined synopsis/solicitation are due no later than 4:00 PM CDT on April 26, 2021. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. AMENDMENT 01 - 05/06/2021 Responses to all requests for information are provided as an attachment. All other terms and conditions remain unchanged. Proposal due date remains May 26, 2021 at 4:00 PM CDT.