Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:RFQ-20-4329-AE01
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ-20-4329-AE01 and is issued as a request for quote (RFQ) using FAR part 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. COMPETITION FOR THIS ACQUISITION IS LIMITED TO TOTAL SMALL BUSINESS CONCERNS. The associated North American Industry Classification System (NAICS) code is 532490 with a Product Service Code (PSC) of W041. The small business size standard is $35M. To receive a contract for this acquisition, the contractor must be registered in the System for Award Management (SAM) with an active registration, and must be registered under the applicable small business status for NAICS Code 532490 ? Other Commercial and Industrial Machinery and Equipment Rental and Leasing. Registration can be completed on?line at https://www.sam.gov. There is no fee/charge for registering at the SAM website, which consolidates the contractor’s ability to register in SAM/FedReg, On? Line Representations and Certifications Application, and the Excluded Parties Listings Service. Department of Labor WAGE DETERMINATION: The Service Contract Act applies to this acquisition. Period of the Rental Service: The rental services/period of performance under the Base period will be for 3 months and if the options are awarded, services of 1 month shall be provided as applicable to CLIN0001 through 0002AC when exercised. Upon the contractor’s acceptance of the resulting purchase order, it shall perform the services in strict compliance with the Scope of Work OPTION PROVISIONS: At the Government’s discretion, it may exercise any, all, or none of the Option Items (CLIN0003 through 0005). If exercised, the option(s) will be awarded via a formal contract modification within 5 calendar days following the contractor’s acceptance of the resulting purchase order. Submittal Instructions and Due Date: By way of this Request for Quotation (Solicitation), the USDA, SEA is seeking quotes from Contractors for a short term lease agreement of a 100 Ton Chiller, 2M BTU Hot Water Boiler and Miscellaneous Equipment and Materials for the South East Fruit and Tree Nut Research Laboratory, Byron, GA. Interested offerors shall submit their quote packages to William Rengstorf at William.Rengstorf@usda.gov no later than 16 April 2020 by 5:00p.m. Eastern Time. In response to this Solicitation, the following submittals are required to be furnished: (1) A signed Quote (SF18) via completing Page 1 of this Solicitation, blocks 13, 14 and 15. (2) A fully completed Block 11 “Schedule” wherein, the offeror shall provide its pricing at Line Items 0001 through 0005. (3) Fully completed “Representations and Certification”. (Also see Section L, Clause 52.212?1, Instructions to Offerors ? Commercial Item) Block 11 “Schedule”: CLIN 0001: 100-Ton Chiller Lease of one (1) unit. CLIN 0001AA: Miscellaneous Equipment and Materials - For this line item, the Contractor shall furnish and install transformers, pumps, hoses, quick connects, electrical wiring, Cam-Locks, pigtails, and any other required equipment not mentioned to connect and operationalize the temporary chiller and boiler. CLIN 0001AB: Roundtrip Freight CLIN 0001AC: Equipment Set-Up & Tear-Down CLIN 0002: 2M BTU Hot Water Boiler Lease of one (1) unit. CLIN 0002AA: Miscellaneous Equipment and Materials - For this line item, the Contractor shall furnish and install all hoses, quick connects, electrical wiring, Cam-Locks, pigtails, and required equipment to connect and energize the temporary Boiler. CLIN 0002AB: Roundtrip Freight CLIN 0002AC: Equipment Set-Up & Tear-Down CLIN 0003 (OPTION 1): Lease for additional month. CLIN 0004 (OPTION 2): Lease for additional month. CLIN 0005 (OPTION 3): Lease for additional month. Tentative Period of Performance (POP) is 20 April 2020 to 19 July 2020. Place of Performance: 21 Dunbar Rd Byron, GA 31008 THE FOLLOWING FAR COMMERCIAL PROVISIONS AND CLAUSES ARE APPLICABLE TO THIS PURCHASE BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEBSITE ADDRESSES: https://acquisition.gov/far/index.html CLAUSES/PROVISIONS INCORPORATED BY FULL TEXT 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.212-1 INSTRUCTIONS TO OFFERS-COMMERCIAL I (Mar 2020) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2017) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRAANSFER-SYSTEM FOR AWARD MANAGEMENT (Oct 2018) CLAUSES/PROVISIONS INCORPORATED BY REFERENCE: 52.203-7 ANTI-KICKBACK PROCEDURES. (MAY 2014) 52.246-4 Inspection of Services--FIXED-PRICE (AUG 1996) 52.243-1 Changes-Fixed Price (Aug 1987) 52.244-6 Subcontracts for Commercial Items (Aug 2019) 52.246-4 Inspection of Services-Fixed-Price (Aug 1996) 52.246-24 Limitation of Liability-High-Value Items (Feb 1997) 52.246-25 Limitation of Liability-Services (Feb 1997) CONTRACT AWARD: TO BE ELIGIBLE FOR AWARD, THE CONTRACTOR MUST FULLY COMPLY WITH THE REQUIREMENTS ABOVE. A firm?fixed?priced purchase order will be awarded to the responsive and responsible contractor submitting the quote that is in the Government’s best interest when considering technical acceptance, past performance and lowest aggregate price for the items (includes the options). SPLIT OR MULTIPLE AWARDS WILL NOT RESULT FROM THIS SOLICITATION.