Wisconsin Bids > Bid Detail

Seasonal Snow Removal for CCRU

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159674898226659
Posted Date: Nov 30, 2022
Due Date: Dec 8, 2022
Solicitation No: 12805B23Q0052
Source: https://sam.gov/opp/77a7715a7e...
Follow
Seasonal Snow Removal for CCRU
Active
Contract Opportunity
Notice ID
12805B23Q0052
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 29, 2022 05:17 pm CST
  • Original Published Date: Nov 29, 2022 02:22 pm CST
  • Updated Date Offers Due: Dec 08, 2022 08:00 am CST
  • Original Date Offers Due: Dec 08, 2022 08:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 23, 2022
  • Original Inactive Date: Dec 23, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S218 - HOUSEKEEPING- SNOW REMOVAL/SALT
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Madison , WI 53726
    USA
Description

Description

This is a combined synopsis/solicitation for commercial item with commercial services prepared in

accordance with the format in FAR subpart 12.06, 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. The solicitation number is 12805B22Q0052

and is issued as a request for quotation (RFQ). This solicitation document incorporates those

provisions and clauses in effect through Federal Acquisition Circular 2021-05. The associated NAICS

Code is 561730 and the Small Business Size Standard is $8.5.





The USDA, Agricultural Research Service WI requires Seasonal Snow Removal for CCRU. The contractor

shall supply these products, meeting or exceeding the specifications listed in SOW. The

Government intends to award a firm fixed price purchase order with 4 option years.





The requirements are further detail in the attached Requirements Document.





MWA CEREAL CROPS RESEARCH (WI)

502 WALNUT STREET

MADISON WI 53726



DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by:



1) Providing a quote on company letterhead addressing all of the requirements of the RFQ,

clearly note per item pricing.





2) Have an Active SAM.gov registration and complete the Representations in FAR 52.204-54; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov.

Any amendment and documents related to this procurement will be available electronically at the Government Point of Entry (sam.gov).

FAR clauses 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 represents the best as a whole. The Government has the discretion to accept other than the lowest priced quote that provides additional benefits.



All sources wishing to quote shall furnish a quotation:



By 8:00 a.m. Central Time, on or before December 8, 2022.

Quotations are to be sent only via email to Connie Faulkner connie.faulkner@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. INSTRUCTIONS FOR THE PREPARATION OF OFFERS (FAR 52.212-1 Addendum).



This procurement is a Solicitations competed in accordance with FAR Part 13, Total Small Business set aside. Solicitation documentation and any issued amendments will be distributed via Public Display. No hard copy solicitation materials are available.





Offerors shall provide all required information referenced in this section. Failure to provide all requested information may result in the proposal not being considered for further evaluation.





Offers shall submit required documents via email ONLY to connie.faulkner@usda.gov.





This quote must be valid until 12/30/2022





OFFER SUBMISSION DOCUMENTS



1. Transmittal Summary Letter. A summary cover letter to the submission should provide at a

minimum the following (i) Identification of the Point of Contact, current phone number, and email address. (ii) UEI Number, CAGE Code, Tax Identification Number (ii) A list of the submission

package contents.

2. Contractor Quote pricing document. Document shall provide detailed pricing breakout in

accordance with the CLIN structure and items requested.

3. Authorized Vender or Manufacturer verification. No third party or pass-through offers will be accepted. FAR 52.212-2 – Evaluation -- Commercial Products and Commercial Services. (Nov 2021)

(a) 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. The following factors shall be used to evaluate offers: Lowest Priced Technically Acceptable.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the

Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



Evaluation Methodology

In accordance with FAR Part 13 the Government will award a firm fixed price 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. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), evaluation method.

Technical Acceptability is defined as:



1) Meeting all requirements as defined in the solicitation, to include submission of all Quote submission documents referenced in Instructions for the Preparation of Offers (FAR 52.212-1 Addendum). Failure to submit ANY of the required document listed in “Offer Submission Documents (52.212-1 Addendum)” will render your quote non- responsive and thus not eligible for award. Failure to acknowledge any and all amendments will render your quote non-responsive and thus not eligible for award. The rating will be acceptable or Unacceptable.

2) Authorized Vendors and Manufacturers. This requirement will ensure that devices are not counterfeit or adulterated devices, have maintained adequate storage conditions, and any warranties and service and/or maintenance agreements are transferred and will be honored by the offeror. Offerors that are 3rd party or pass through will not be accepted. The rating will be acceptable or Unacceptable.

3) Acceptable rating in “Past Performance”.

Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an “acceptable” or “unacceptable” basis. The apparent successful, prospective contractor must have “acceptable” past

performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor Performance Assessment Reporting System (CPARS) and CRA / SAM reports shall be considered as part of the past performance evaluation process. Any past performance that is found to be “Negative”, shall result in the entire Past Performance rating as “Unacceptable”. “Negative” is defined as any CPARS and CRA / SAM past performance evaluation rated less than “Satisfactory”, any Terminations for Default/Cause, or any negative performance references will be rated as ‘Unacceptable’. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of

acceptability/unacceptability, “unknown” shall be considered “acceptable.” Any past performance that is found to be “negative”, shall result in the entire Past Performance rating as “Unacceptable” making the overall Technical Acceptability as “Unacceptable”. The rating will be acceptable or Unacceptable.


Attachments/Links
Attachments
Document File Size Access Updated Date
DOL.pdf (opens in new window)
130 KB
Public
Nov 29, 2022
Sol_12805B23Q0052.pdf (opens in new window)
20 MB
Public
Nov 29, 2022
file uploads

Contact Information
Contracting Office Address
  • 2150 CENTRE AVENUE BLDG D, SUITE 300
  • FORT COLLINS , CO 80526
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >