Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

87 -- Hay, delivered to Ridgecrest Corrals

Notice Date
1/13/2021 2:39:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111940 — Hay Farming
 
Contracting Office
CALIFORNIA STATE OFFICE SACRAMENTO CA 95825 USA
 
ZIP Code
95825
 
Solicitation Number
140L1221Q0005
 
Response Due
1/20/2021 12:00:00 AM
 
Archive Date
02/04/2021
 
Point of Contact
Irvine, Timothy
 
E-Mail Address
tirvine@blm.gov
(tirvine@blm.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
--- SUMMARY for 140L1221Q0005 ""Hay, delivered to Ridgecrest Corrals"" --- SUBMIT COMPLETE OFFERS ELECTRONICALLY TO: TIrvine@BLM.gov BY 1159PM / 2359 hours PST on 01/20/2021 --- THIS NOTICE: 140L1221Q0005 is a combined synopsis-solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This notice, incorporated solicitation provisions, and contract clauses / terms / conditions are those in effect through Federal Acquisition Circular FAC 2020-07. Referenced FAR clauses are available in full text at: https://www.acquisition.gov/?q=browsefar. --- RESPONSES: All offers in response to this notice must be In Accordance With (IAW) all Solicitation Provisions, Requirement Description/Specification(s), and Contract Clauses / Terms / Conditions. All offers must be submitted via email to TIrvine@BLM.gov BY 1159PM / 2359 hours PST on 01/20/2021, which allots sufficient solicitation response time for these circumstances, in accordance with FAR Paragraph 5.203(b). All offers must certify that they are a Small Business, as this opportunity is 100% Total Small Business Set-Aside. All quotations offered must be valid for a minimum of 60 days. An Offeror is required to be registered in the federal System for Award Management (SAM) when submitting an offer or quotation in order for its offer to be considered responsive, IAW the Solicitation Provision 52.204-7; and the Government may verify vendor representations and certifications through this system --- AT MINIMUM, TO BE CONSIDERED RESPONSIVE: Failure to adhere to quotation requirements at the time of submission may result in the quotation being unacceptable to the Government and that offer being eliminated from consideration for award. An offer must be submitted on time to the email above and it must include: (A) SF-1449 FORM: this must be legibly filled out, signed by an authorized vendor representative, and clearly indicate (i) the offeror's name, point of contact, phone number, email address, and DUNS number as it is registered in SAM; and, (ii) total number of units, and price(s) per unit, and prices per option(s) (if applicable), and the total price of the entire quote, including delivery / Freight On Board (FOB) destination (if applicable); and, (iii) Acknowledgement of any amendments (if applicable) (B) TECHNICAL CAPABILITY STATEMENT: This must address this specific Requirement, and this must explain in detail how the offeror will be considered technically acceptable and capable of delivering what the government requires in this specific solicitation. This must also indicate that the quote is valid for at least 60 days. (C) PAST PERFORMANCE SUMMARY: An offer must include a list of relevant government contracts for the same or similar work awarded in the past 5 years, and disclosure of any Termination(s) for Cause or Termination(s) for Default. --- EVALUATION: Government intends to make a firm-fixed price award to the offer that represents the overall best value and lowest risk to the government. Government only intends to make an award to the offeror: i. that submits a responsive offer; and, ii. that demonstrates technical acceptability and capability of delivering the items in this RFQ; and, iii. that offers the lowest price; and, iv. that has both fair and reasonable pricing; and, v. that the Contracting Officer (CO) determines represents the overall best value and lowest risk to the government. Offers will be evaluated on the basis of Low Price Technically Acceptable (LPTA), IAW FAR 13 - Simplified Acquisition Procedures (SAP). Details on how government will evaluate offers for this specific requirement are found in the Solicitation Provision 52.212-2 EVALUATION - COMMERCIAL ITEMS. Government reserves the right to follow up with any vendor, if needed and as necessary, IAW SAP / FAR 13. Government reserves the right to exclude any offer if its pricing is so low as to likely represent a clear misunderstanding of the requirement. Government reserves the right to exclude any offer based upon unsuccessful past performance, including but not limited to Termination(s) for Cause or Termination(s) for Default. Government reserves the right to exclude any offer that does not provide a Technical Capability Statement, or any offer that provides a Technical Capability Statement that does not clearly address all parts of the Requirement Description/Specification(s) of this RFQ.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8209491ddd304cd1bff7f8f85a4c5c80/view)
 
Record
SN05891561-F 20210115/210113230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.