Skip to main content

An official website of the United States government

You have 2 new alerts

IR CO2 Cell Replacement for LECO SVC-701 for Corvallis, OR

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 (Original)
  • Original Published Date: Aug 09, 2024 11:13 am PDT
  • Original Date Offers Due: Aug 20, 2024 01:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 04, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
  • Place of Performance:
    Corvallis , OR 97330
    USA

Description

i.    This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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.    The solicitation number is 12905B24Q0222 and is issued as a Request for Quotation (RFQ). 

iii.    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-05. Service Contract Labor Standards Wage Determination Number 2015-5609 for Fresno County, CA is applicable and is attached.

iv.    This solicitation is issued as a total Small Business Set Aside. The associated NAICS code is 811210 and the small business size standard is $34,000,000.00

v.    List CLINS, item descriptions, quantities and units of measure:
CLIN    Item Description                    
0001    IR CO2 Cell Replacement for LECO SVC-701            

vi.    Description/Statement of Work/Specification:
Please see Attachment 1: Statement of Work (SOW) for a full list of services needed at the location.

vii.    Date(s) and place(s) of delivery and acceptance:
Due Date: 
Services to be performed by September 30, 2024.
Delivery and acceptance:
USDA ARS
ATTN: Dave Bryla
Horticultural Crops Production and Genetic Improvement Research Unit
3420 NW Orchard Avenue
Corvallis, OR 97330

This requirement shall be FOB Destination.


viii.    FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements and its addendum.

ix.    Evaluation:
For the evaluation criteria, please see the attached RFQ terms and conditions.

x.    Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer online at SAM: www.sam.gov.  An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements.

xi.    FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum.

xii.    FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition.

xiii.    There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.

xiv.    The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.

xv.    Date, time and place offers are due.

Offers are due by August 20, 2024, by 1:00pm Pacific Time.

Submit offers to the following e-mail address(es), by the offer due date and time:

Amber.henderson@usda.gov

Late quotes after the established deadline may be considered only if it is in the government’s best interest and if it will not unduly delay award.

xvi.    Any and all questions regarding this solicitation shall be submitted in writing to Contract Specialist, Amber Henderson no later than August 15, 2024, by 1:00pm Pacific Time.

Contact Information

Contracting Office Address

  • 800 BUCHANAN STREET
  • ALBANY , CA 94710
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 04, 2024 08:55 pm PDTCombined Synopsis/Solicitation (Original)