Skip to main content

An official website of the United States government

You have 2 new alerts

B--OFF-RANGE PLACEMENTS STUDY

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: Aug 09, 2023 11:09 am MDT
  • Original Published Date: Aug 08, 2023 10:16 am MDT
  • Updated Date Offers Due: Aug 24, 2023 09:00 am MDT
  • Original Date Offers Due: Aug 24, 2023 09:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 08, 2023
  • Original Inactive Date: Sep 08, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: B506 - SPECIAL STUDIES/ANALYSIS- DATA (OTHER THAN SCIENTIFIC)
  • NAICS Code:
    • 541910 - Marketing Research and Public Opinion Polling
  • Place of Performance:

Description

Pursuant to Federal Acquisition Regulation (FAR) 12.603(a), the Contracting Officer is issuing a combined synopsis/solicitation for the acquisition of wild horse and burro analysis and evaluation services of the demand for Off-Range Wild Horse and Burros and Event locations.
(i) This is a combined synopsis/solicitation for the acquisition of commercial services 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; quotations are being requested and a written solicitation will not be issued.

(ii) Solicitation Number 140L0123Q0036 is being issued as a Request for Quotation (RFQ). This solicitation will utilize the policies contained in FAR Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 effective June 2, 2023.

(iv) This solicitation is being issued as a 100% total small business set-aside. The NAICS associated with this solicitation is 541910, Market Research and Public Opinion Polling, size standard of $22,500,000.00.

(v) See the attached Statement of Work (SOW) for detailed requirements (Attachment 1), the pricing sheet to be completed and returned with your quotation is in attachment 6.

(vi) The services to be acquired through this combined synopsis/solicitation is for analysis and evaluation services of the demand for Off-Range Wild Horse and Burros and Event location. The government contemplates a firm fixed price contract.

(vii) This requirement will require a wage determination. The contractor should refer to https://sam.gov/content/wage-determinations to look up the prevailing wages for your location.

(viii) FAR Provision 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services, applies to this acquisition. Potential offerors shall read and comply with all of the requirements.

(ix) Basis for Award: This is a competitive best value acquisition. To be eligible for award, the offeror must be deemed responsible in accordance with FAR 9.104; provide all documentation/information required in the instruction section (Attachment 6) of this solicitation, meet all requirements of the solicitation and conform to all required terms and conditions, unless a proposed exception is accepted by the Government. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government seeks to award to the offeror who provides the best value in meeting the requirements.

(x) Offerors shall have an active SAM registration and ensure the FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services is updated.

(xi) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services applies to this acquisition. See Attachment 5 for FAR reference.

(xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services, applies to this acquisition. See Attachment 5, FAR Clause 52.212-5 for additional information.

(xiii) Additional clauses that apply to this acquisition are provided at Attachment 5. These clauses will be incorporated into the successful offerors' contract award. Additional provisions that apply to this acquisition are provided at Attachment 5. These provisions are incorporated into this solicitation but will not be incorporated into the successful offerors' contract award.

(xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.

(xv) Quotations are due no later than Thursday, Aug 24, 2023 9:00 a.m. MT. Quotations shall be submitted via electronic mail to the point of contact listed below in section (xvi).

Interested parties may submit questions relating to this solicitation via electronic mail to the point of contact listed in section (xvi) and are due no later than Wednesday August 16, 2023 9:00 a.m. MT.

(xvi) The following individual is the point of contact for this combined synopsis/solicitation.

William Simpkins
Contract Specialist
Bureau of Land Management
Headquarters Acquisitions Branch
Email: wsimpkins@blm.gov

Lisa Turner
Contracting Officer
Bureau of Land Management
Headquarters Acquisitions Branch
Email: lturner@blm.gov

The following attachments are hereby incorporated into this combined synopsis/solicitation:

Attachment 1 - Statement of Work
Attachment 2 - Estimated Hours
Attachment 3 - Questionnaire
Attachment 4 - Clauses and Provisions
Attachment 5 - Price Schedule
Attachment 6 - Additional instructions to offerors

Contact Information

Contracting Office Address

  • 20 M STREET SE
  • WASHINGTON , DC 20003
  • USA

Primary Point of Contact

Secondary Point of Contact





History