Skip to main content

An official website of the United States government

You have 2 new alerts

Moving Services at Beltsville Agricultural Research Center

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Mar 09, 2022 06:14 pm EST
  • Original Published Date: Feb 24, 2022 06:16 pm EST
  • Updated Date Offers Due: Mar 16, 2022 05:00 pm EDT
  • Original Date Offers Due: Mar 16, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 31, 2022
  • Original Inactive Date: Mar 31, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: V129 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER
  • NAICS Code:
    • 484210 - Used Household and Office Goods Moving
  • Place of Performance:
    Beltsville , MD 20705
    USA

Description

The Agricultural Research Service, Northeast Area Administrative office, Acquisition and Personal Property office intends to solicit and award a single firm-fixed-price contract for moving services at Beltsville Agricultural Research Center (BARC), 10300 Baltimore Ave in Beltsville, MD. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items along with FAR subpart 13.5 – Simplified Procedures for Certain Commercial Items and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued under Request for Quotation (RFQ) number 12305B22Q0041.

This requirement is being solicited under NAICS code 484210 and Set Aside: Women Owned Small Business. The SBA size standard for is acquisition is $30.0M

All FAR references are based off FAC 2022-04, Effective 30 January 2022.

This firm-fixed-priced award for moving services at BARC is for a period of performance for 15 March 2022 – 1 March 2023.  Please refer to the period of performance in Exhibit A regarding individual CLINS.

FAR 52.212-1, Instructions to Offerors-Commercial, is applicable to this acquisition. An addendum will be added in Section L.

FAR 52.212-2, Evaluation of Offerors, is applicable to this acquisition.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. FAR Part 13 Simplified Acquisition Procedures utilizing Lowest Priced Technically Acceptable (LPTA) factors will be used for the evaluation process. The following factors shall be used to evaluate offers:

Technical Factor #1- Vendor must register for and attend the site visit.  Failure to attend the site visit will cause the vendor to be technically unacceptable.

Technical Factor #2- A completed Exhibit A, with no CLINS left unpriced or black.  Failure to submit a filled out Exhibit A will cause the vendor to be technically unacceptable.

Technical Factor #3- Vendor must submit two contracts and references that meet the criteria of the 52.212-1 Addendum.  Failure to have worked two relevant contracts within the last three years or receive less than satisfactory remarks from one or more the POCs identified will cause the vendor to be technically unacceptable.

If an offeror receives an adjectival rating of “unacceptable” in any factor they will not be eligible for contract award.

*The Government reserves the right to conduct a price realism analysis for any or all offerors it deems necessary.

Offeror must sign and date the 52.212-1 Addendum found of page 12, along with all amendments posted to beta.sam.gov for 12305B22Q0041.

All offerors are advised to submit a copy of their FAR Reps and Certs Report out of sam.gov in lieu of filling out and submitting the provisions listed in this synopsis/solicitation to meet the requirements of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. See 52.212-1 Addendum for additional information. Directions for doing this. From your company’s home within sam.gov, click on Reps and Certs. Under the company info box, you’ll see a ‘Download Report’ drop-down. Select ‘FAR’. You can then save a pdf of all your reps and certs.

FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and no addendum has been added.

FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and applicable clauses within 52.212-5 to this acquisition have been marked with three X’s.

Other additional FAR Clauses have been added to this synopsis/solicitation. If they are incorporated by reference in this synopsis/solicitation, use acquisition.gov to read them in their entirety.

Submittals Formats: Only Electronic submissions via email will be accepted due to Contract Specialist working remotely.

Offers are due to the Contract Specialist, Mr. David Hildebrand, at david.hildebrand@usda.gov by 5:00 PM (EST) 16 March 2022.

For information regarding this synopsis/solicitation, please contact Mr. David Hildebrand at david.hildebrand@usda.gov. Only written submitted questions will be given a response. They will be answered via a Questions from Industry posting to sam.gov. Due to USDA-ARS operating remotely, Mr. Hildebrand is only available via email.

Notice to Offeror(s): Funds are not presently available for this contract. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.

Site Visit: Site Visit is REQUIRED.  Please see 52.212-1 Addendum.

Questions must be submitted in writing via email to david.hildebrand@usda.gov.  Questions received after March 8th may not receive a response.   Responses will be posted to sam.gov in a document titled Questions from Industry.  You will not receive a direct response.   

Contact Information

Contracting Office Address

  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA

Primary Point of Contact

Secondary Point of Contact





History