This is a combined synopsis/solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is 12805B25Q0084 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-07. The associated NAICS Code is 811310 and the Small Business Size Standard is $12.5M.
The USDA, Agricultural Research Service, Plains Area, NBAF require purchase and installation of Air Compressor Variable Frequency Drive Replacements. The Government intends to award a firm fixed price purchase order.
The requirements are further detail in the attached Requirements Document.
The DELIVERY ADDRESS is:
USDA, PA, NBAF
1880 Denison Ave
Manhattan, KS 66502
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by:
1) Reference the attached RFQ submission document section
2) Have an Active SAM.gov registration and complete the Representations in FAR 52.204-24; 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 meets the lowest price technically acceptable evaluation methodology.
All sources wishing to quote shall furnish a quotation by 5:00 p.m. Mountain Time, on or before February 4th, 2025. Quotations are to be sent via email to Amber Sampson at amber.sampson@usda.gov.
Site Visit is Mandatory to Provide a Quote:
Site Visit. The offeror will conduct a site visit:
Attn: Matt Schadegg
Address: 1980 Denison Ave, Manhattan, Kansas 66502
Phone: 785-307-7497
Sign in at: Main Office
Date/Time: Wednesday, January 29th, 2025 10:00 am CT.
If you wish to attend the site visit, the following are required:
• Registration via email to amber.sampson@usda.gov with subject line “12805B25Q0084 Site Visit Registration” received no later than January 23rd, 2025 at 5:00 MT.
• Background check via https://redtailsecurity.com/corp/NBAF must be completed no later than January 23rd, 2025 at 5:00 pm MT.
Contractors must be registered and complete background check to attend the site visit. If contractors are not registered with a completed background check, they will not be permitted on the site visit. Site visit attendance is mandatory to provide an offer on this solicitation.
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.