Solicitation Number 12805B25Q0136
Fuel Line and Sump System Testing Services at NBAF
Manhattan, KS
The Agricultural Research Service, Plains Area Administrative office, Acquisition and Personal Property office intends to solicit and award a single firm-fixed-price contract for providing underground fuel line pressure testing and other related services at the National Bio & Agro-Defense Facility in Manhattan, KS. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued under Request for Quotation (RFQ) number 12805B25Q0136.
This requirement is being solicited under NAICS code 213112, Support Activities for Oil and Gas Operations and is set-aside for 100% Total Small Business. The size standard is $47M.
All FAR references are based off FAC 2025-03, Effective 17 Jan 2025.
These services will be awarded as firm-fixed price contract.
FAR 52.212-1, Instructions to Offerors-Commercial, is applicable to this acquisition. An addendum will be added on page 24.
FAR 52.212-2, Evaluation of Offerors, is applicable to this acquisition.
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. FAR Part 13 Simplified Acquisition Procedures utilizing Lowest Priced Technically Acceptable (LPTA) factors will be used for the evaluation process. The following factors shall be used to evaluate offers:
1. Technical Factor #1. Vendor submits certification they are a licensed KDHE UST contractor and tightness tester. Failure to submit this certification will cause the vendor to be rated technically unacceptable.
2. Technical Factor #2. Vendor submits two recent and relevant projects demonstrating the capability to perform this type of work. Failure to submit this, or failure to obtain satisfactory or better comments from contacts provided shall cause the vendor to be rated technically unacceptable.
If an offeror receives an adjectival rating of “unacceptable” in any factor they may not be eligible for contract award.
Offeror must sign and date the 52.212-1 Addendum found of page 24, along with all amendments posted to sam.gov for 12805B25Q0111.
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and no addendum has been added.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and applicable clauses within 52.212-5 to this acquisition have been marked with three X’s.
Other additional FAR Clauses have been added to this synopsis/solicitation. If they are incorporated by reference in this synopsis/solicitation, use acquisition.gov to read them in their entirety.
Submittal Formats: Only Electronic submissions via email will be accepted.
Offers are due to the Contract Specialist, Mr. David Hildebrand, at david.hildebrand@usda.gov by 12:00 PM (CST) 18 April 2025.
For information regarding this synopsis/solicitation, please contact Mr. David Hildebrand at david.hildebrand@usda.gov. Only written submitted questions will be given a response. They will be answered via a Questions from Industry posting to sam.gov.
Notice to Offeror(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.
Site Visit: None offered.
Questions must be submitted in writing via email to david.hildebrand@usda.gov. Questions received after April 15, 2025 may not receive a response. Responses will be posted to sam.gov in a document titled Questions from Industry. You will not receive a direct response.