Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12639519Q0117
1. This is a combined synopsis/solicitation prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, and supplemental information included in this notice. This announcement constitute...
1. This is a combined synopsis/solicitation prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested for one or more Blanket Purchase Agreements (BPA's). This combined synopsis/solicitation will result in one or more BPA's. The requirement is for Commodity Inspection Services. 2. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The NAICS code is 541990. The small business size standard is $15 million. 3. The U.S. Department of Agriculture (USDA), Grain Inspection, Packers and Stockyards Administration (GIPSA), facilitates the marketing of U.S. grain and related agricultural products through the establishment of standards for quality assessments, and regulation of handling practices. GIPSA's Federal Grain Inspection Services (FGIS) administers the official inspection program under the authority of the US Standards for Grain and Agricultural Marketing Act of 1946 (AMA), as amended. Contractor must provide processed commodity inspection and weighing services under the authority of the AMA. See the Statement of Work in the RFQ attached. 4. The solicitation number for this effort is 12639519Q0117, and this combined synopsis/solicitation is issued as a Request for Agreement (RFA)/Request for Quotes (RFQ). 5. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. A full listing of provisions and clauses is included in the attached Addendum. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 6. REQUIREMENTS --See attached Request for Quote (RFQ). 7. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 8. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, location, capability (license and experience), and past performance. 9. The provision 52.212-3 Offeror Representations and Certifications -Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 10. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 11. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition (See RFQ). 12. To be awarded this contract, the offeror must be registered in the SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 13. Quotations must be sent via e-mail to beverlys.brown@usda.gov by the date and time specified. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO BEVERLY BROWN, (No later than 4 days before quotes are due) BY EMAIL TO beverlys.brown@usda.gov 14. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) The completed Pricing schedule, 2) Statement of capability (including key personnel- the names of the individual or individuals that will be performing the services) outlining inspection experience for each individual, and dates of licensure. The statement of capability must demonstrate that the vendor is capable of performing the work in the SOW, 3) Three references (name, phone number and e-mail, a description of the work performed, and the date of performance). The past performance must be similar to the type of work in the SOW, 4) Point of contact, DUNS number and confirmation of SAM registration 15. USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX-EXEMPT. FEDERAL TAX. I.D. NO. 41-0696271. 16. Any Amendments issued will be posted to this site and must be submitted and acknowledged with your quote. Watch this site for any changes. 17. Response must be received before May 21, 2019 at 11:00 am eastern tim