Wastewater Fine Screen Installation Services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Apr 24, 2024 04:26 pm CDT
- Original Date Offers Due: May 10, 2024 04:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 25, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2ND - REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES
- NAICS Code:
- 562998 - All Other Miscellaneous Waste Management Services
- Place of Performance: Manhattan , KS 66502USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, 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. Solicitation number 12805B24Q0207 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02. The associated NAICS code is 562998, All Other Miscellaneous Waste Mangement Services, with a business size standard of $16.5M. The PSC code is Z2ND.
The USDA, Agricultural Research Service, NBAF, in Manhattan, KS has a requirement at their Wastewater Plant for a Fine Screen Installation. The Government intends to award a firm fixed price purchase order.
The requirements are further detailed in the attached Requirements Document.
The DELIVERY ADDRESS is:
USDA NBAF WAREHOUSE 966 FACILITIES
1200 Kretschmer Drive, Suite 100
Manhattan, KS 66502
In order to be considered for award, Offerors shall respond by addressing all of the requirements in the Request for Quotation (RFQ). 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
DOCUMENTS TO BE INCLUDED IN QUOTE:
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. To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.
Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).
FAR clauses 52.211-6, 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 4:00 p.m. Central Time, on or before May 10, 2024. Quotations are to be sent via email to James Porter at james.porter@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.
Attachments/Links
Contact Information
Contracting Office Address
- 2150 CENTRE AVENUE BLDG D, SUITE 300
- FORT COLLINS , CO 80526
- USA
Primary Point of Contact
- James Porter
- james.porter@usda.gov
Secondary Point of Contact
History
- Jun 29, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- May 23, 2024 08:52 am CDTCombined Synopsis/Solicitation (Updated)
- May 01, 2024 02:47 pm CDTCombined Synopsis/Solicitation (Updated)
- Apr 24, 2024 04:26 pm CDTCombined Synopsis/Solicitation (Original)