Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2025 SAM #8640
SOLICITATION NOTICE

F -- Soil Boring Advancement Support - Carlisle, PA

Notice Date
7/21/2025 10:19:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
 
ZIP Code
02142
 
Solicitation Number
6913G625Q300043
 
Response Due
7/29/2025 12:00:00 PM
 
Archive Date
09/11/2025
 
Point of Contact
Karen M. Marino, Phone: 6179302546
 
E-Mail Address
karen.marino@dot.gov
(karen.marino@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation No. 6913G625Q300043 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and Incorporated provisions are those in effect through Federal Acquisition Circular 2025-04, effective 06/11/2025. The NAICS Code is 541330; the Small Business size standard is $47M. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), is providing support the US Environmental Protection Agency (EPA) Targeted Brownfields Assessments (TBA) program. As part of this effort, a Phase II Environmental Site Assessment (ESA), including soil boring advancement, will be conducted at the former Frog, Switch & Manufacturing Company (the Site) located at 600 East Hight Street, Carlisle, PA. This requirement will provide assistance with the soil borings and related tasks as part of the Phase II ESA, in accordance with the attached Statement of Work (SOW). REQUIREMENTS/SPECIFICATIONS The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote. Please provide a firm fixed price quote in accordance with the attached list of items. Please enter a price for each CLIN and total amount for all CLINs. CLIN 00100 Frog Switch Drilling Services for Soil Samples Quantity: 1 JB Unit price $________________________________ Total price $_______________________________ CLIN 00200 Additional day of sampling Quantity: 1 JB Unit price $________________________________ Total price $_______________________________ CLIN 00300 Additional day of sampling Quantity: 1 JB Unit price $_______________________________ Total price $_______________________________ CLIN 00400 Additional day of sampling Quantity: 1 JB Unit price $_______________________________ Total price $_______________________________ CLIN 00500 Additional day of sampling Quantity: 1 JB Unit price $_______________________________ Total price $_______________________________ CLIN 00600 Additional day of sampling Quantity: 1 JB Unit price $_______________________________ Total price $_______________________________ Total amount of all CLINs: $_______________________________ PERIOD OF PERFORMANCE The period of performance for the resulting award will be date of award to March 28, 2027. INSTRUCTIONS TO OFFERORS: This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein. Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023), applies to this acquisition and is incorporated by reference, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming with the solicitation will be the most advantageous to the Government, see attached Addendum. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2025)(DEVIATIONS (MAY 2024) (attached). All Offerors must include a completed copy of the provision at FAR 52.212-3. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. All Contractors must be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2025), is hereby incorporated by reference; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.203-6, 52.204-7, 52.209-6, 52.222-3, 52.222-26, 52.222-37, 52.222-40, 52.222-50, 52.222-55, 52.222-62, 52.223-15, 52.223-18, 52.232-33, 52.232-40 and 52.252-1. The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to the contracting officer Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 07/29/2025. No telephone requests will be honored. The Government will not pay for any information received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6fc1480588c44a058cbc31464ee66be8/view)
 
Place of Performance
Address: Carlisle, PA, USA
Country: USA
 
Record
SN07517069-F 20250723/250721230041 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.