Skip to main content

An official website of the United States government

You have 2 new alerts

Electric Vehicles (2ea) for USDA ARS in Hilo, HI

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: Nov 30, 2023 03:56 pm PST
  • Original Date Offers Due: Dec 13, 2023 01:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 28, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2310 - PASSENGER MOTOR VEHICLES
  • NAICS Code:
    • 336999 - All Other Transportation Equipment Manufacturing
  • Place of Performance:
    Hilo , HI 96720
    USA

Description

COMBINED SYNOPSIS/SOLICITATION
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 12905B24Q0017 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 2024-01.
iv. This solicitation is issued as a total small business set-aside. The associated NAICS code is 336999 the small business size standard is 1,000 employees.
v. List CLINS, item descriptions, quantities and units of measure:
0001 – Electric Utility Vehicles IAW specificatiosn (2 ea.)
vi. Description/Statement of Work/Specification:
2 each electric utility vehicles with cargo deck and seating for 2-4 people with seatbelts. Vehicles must meet the minimum specifications listed in the specifications document.
vii. Date(s) and place(s) of delivery and acceptance:
90 day after award.
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.
2
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 December 13, 2023 at 1300 (1:00 p.m.) Pacific Time.
Submit offers to the following e-mail address(es), by the offer due date and time:
Michael.Sherlock@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 Michael Sherlock Michael.Sherlock@usda.gov no later than December 6, 2023 at 1300 (1:00 p.m.) Pacific Time.

Please see attached combined synopsis/solicitation document for terms and conditions including how and when to respond. Specification doucment also under attachments.

Contact Information

Contracting Office Address

  • 800 BUCHANAN STREET
  • ALBANY , CA 94710
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Dec 28, 2023 08:55 pm PSTCombined Synopsis/Solicitation (Original)