Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12FPC120Q0050
Description: (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in th...
Description: (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, 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. (ii) This solicitation is issued as a Request for Quote (RFQ) and a Firm Fixed Price (FFP) contract award is expected to be issued. (iii) The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.acquisition.gov/far/index.htm /. (iv) The associated North American Industries Classification System (NAICS) code for this acquisition is 541990 and the small business size standard of $16,500,000 Dollars. (v) Quotes must be broken down and prices shown for each of the following Contract Line Item Numbers (CLIN): CLIN Description Quantity 0001 Collection of ND soil Resource Inventory 1 (Job) (See Statement of work for actual description of CLIN) (vi) The Period of Performance will be for 12 months after contract award as stated in the Scope of Work. (vii) The provision at 52.212-1 Instructions to Offerors – Commercial Items, applies to this solicitation. See attachment three (3) (viii) The provision at 52.212-2 Evaluation – Commercial Items, is applicable to this solicitation. See attachment four (4) (ix) The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items (x) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. The following items under Clause 52.212-5 are considered checked and applicable to this acquisition: 52.222-50, Combating Trafficking in Persons, Alternate I 52.203-6, Restrictions on Subcontractor Sales to The Government 52.203-13, Contractor Code of Business Ethics and Conduct. 52 204-10, Reporting Executive Compensation and First-Tier Subcontracting Awards 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of publicly Available Information Regarding Responsibility Matters 52.219-1, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer—System for Award Management 52.237-11, Accepting and Dispensing of $1 Coin (xii) The following FAR provisions/ clauses apply to this acquisition: 52.202-1, Definitions 52.203-2, Certificate of Independent Price Determination 52.203-5, Covenant Against Contingent Fees 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-7, Anti-Kickback Procedures 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-19, Incorporation by Reference of Representations and Certifications 52.212-1, Instructions to Offerors—Commercial Items 52.212-2, Evaluation—Commercial Items 52.212-3, Offeror Representations and Certifications—Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Item 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (DEVIATIONPP 2013-O0019) 52.232-1, Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1 Changes—Fixed-Price Alt I (xiii) (N/A) (xiv) Quotes are due no later than July 24th, 2020 at 4:30 PM, US CST. Quotes received after this date and time will not be accepted. It is the Offerors responsibility to ensure submission of its quote is received by the Government on or before the date and time stated above. (xv) Quotes are to be emailed to the Contract Specialist and Contracting Officer identified below: Ms. Demetrica L. Johnson, Contract Specialist – Demetrica.Johnson@usda.gov Mr. Kyle L. Heid, Contracting Officer- Kyle.Heid@usda.gov ATTACHMENTS: 1. Performance Work Statement Year 2018 2. Wage Determination 3. 52.212-1 Instructions to Offerors – Commercial Items 4. 52.212-2 Evaluation – Commercial Items (Evaluation Factors and Criteria)