Hay
Agency: | AGRICULTURE, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159066597109447 |
Posted Date: | Sep 13, 2023 |
Due Date: | Sep 13, 2023 |
Solicitation No: | 12805B23Q0950 |
Source: | https://sam.gov/opp/f1d4bf14ba... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Sep 13, 2023 08:28 am MDT
- Original Date Offers Due: Sep 13, 2023 12:00 pm MDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 28, 2023
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 8710 - FORAGE AND FEED
-
NAICS Code:
- 111940 - Hay Farming
-
Place of Performance:
Miles City , MT 59301USA
This is a combined synopsis/solicitation for commercial item 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. The solicitation number is 12805B23Q0950 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-05. The associated NAICS Code is 111940 and the Small Business Size Standard is $2.25 million.
The USDA, Agricultural Research Service, Plains Area, LARRL require purchase of 375 tons of Hay. The Government intends to award a firm fixed price purchase order.
The requirements are further detail in the attached Requirements Document.
The DELIVERY ADDRESS is:
USDA/ARS/LARRL
Fort Keogh
243 Fort Keogh Road
Miles City, MT 59301
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by:
1) Reference the attached RFQ submission document section
2) Have an Active SAM.gov registration and complete the Representations in FAR 52.204-24; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov.
Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).
FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document.
The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in
accordance with FAR 13.106-2(b)(3) to determine which quote meets the lowest price technically acceptable evaluation methodology.
All sources wishing to quote shall furnish a quotation by 12:00 p.m. Mountain Time, on or before September 18, 2023. Quotations are to be sent via email to Amber Sampson at amber.sampson@usda.gov.
Failure to provide the required information in the requested format may result in quotes not being considered for award.
Attached Provisions/Clauses apply to this RFQ and any subsequent award.
- 2150 CENTRE AVENUE BLDG D, SUITE 300
- FORT COLLINS , CO 80526
- USA
- Amber Sampson
- amber.sampson@usda.gov
- Phone Number 9704927031
- Sep 13, 2023 08:28 am MDTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.