12/16/19 The purpose of this amendment is to extend the response date to 12/20/19 at 6:00PM ET and to remove ACC Windshield XT PN 958-90 and ACC Windshield Wiper Washer XT PN 958-130 as these require ROPS and that system will not fit in the trailer for this equipment. Please add and use ACC Folding Windshield XT PN 958-192 for a fold down windshield without a wiper assembly. All other terms and conditions remain the same.
12/12/19 The purpose of this amendment is to clarify the requirement for a 3-year warranty period. The ARGO manufacturer’s warranty of 3 years on the motor and 12 months on the rest of the machine has been determined to meet the Government’s warranty requirement. Questions remain about the addition of an outboard motor. An outboard motor mount has been identified that lists the Conquest Pro 8X8 in fitment. This outboard motor mount is now broken out in an optional line item 003, line item 002 for the outboard motor has been classified as optional. The Government reserves its right to award for one or more line items and to make one or more awards based on quotes received in response to this RFQ in accordance with (IAW) provision 52.212-1 Instructions to Offerors – Commercial Items (OCT 2018). Vendors are not required to quote for the optional line items. All other terms and conditions remain the same.
12/6/19 The purpose of this amendment is to remove the requirement for the 2 and 4-person hard tops, specify part number 618-10 for the outboard motor bracket, update the outboard motor specs to be 6hp, 20in long shaft. An extended warranty is required if the factory warrant does not meet the specified 36-month duration. All other terms and conditions remain the same.
12/3/19 This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in 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 project title is Brand Name or Equal - Argo Amphibious ATV/UTV for NRCS Rosenberg Soil Survey Office, Rosenberg, TX. The Solicitation number is 12FPC320Q0001 and is being issued as a Request for Quotes (RFQ). The acquisition procedures at FAR Parts 12 and 13 are being utilized. The Government anticipates this solicitation will result in the award of a Firm Fixed Price Contract.
Responses are due by 6:00 p.m. Eastern Time, December 20, 2019, to USDA-FPAC (Attn: Ryan Lorimer, CO), 800 W. Evergreen Avenue, Suite 100, Palmer, AK 99645. Quotes may be submitted via mail or e-mail. In accordance with FAR 52.212-1 late quotes will not be accepted.
Contact: For information or questions regarding this solicitation, contact Ryan Lorimer, Contracting Officer, via telephone at (907)761-7744 or by e-mail at [email protected].
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-01, dated November 12, 2019. The Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions referenced in this solicitation can be found respectively in full text format at https://acquisition.gov/far/index.html and http://www.dm.usda.gov/procurement/policy/agar_x/agar04/index.html
This acquisition is 100% set-aside for Small Businesses. The North American Industry Classification System (NAICS) Code is 336999 - All Other Transportation Equipment Manufacturing. The small business size standard is 1,000 Employees. For more information on size standards, please visit http://www.sba.gov/size. Active registration is required in the System for Award Management (SAM) throughout the period of performance; https://www.sam.gov/portal/public/SAM/
Contract Line Item Numbers (CLINs).
Line 001 – Brand Name or Equal - Argo Amphibious ATV/UTV for NRCS Rosenberg Soil Survey Office, Rosenberg, TX.
Line 002 (Optional) – An appropriately sized 4-stroke outboard motor is also requested. This is to utilize unleaded fuel, be 6hp, have a self-contained fuel tank, please confirm both the length of the shaft (20in recommended) and size of the propeller is properly matched to this ATV/UTV.
Line 003 (Optional) - ACC Bracket for Outboard Motor (wood or comparable) PN 618-10
Description of Supply.
THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their proposal adequate descriptions and specifications of alternate items to substantiate the “or equal” designation and all information requested in 452.211-71, Equal Products Offered.
The contractor shall provide the following Brand Name or equal Product that includes the features of the items listed below:
Argo Amphibious ATV/UTV or equivalent.
*Salient characteristics of the Argo Conquest Pro 800 XT attached.
**All items are to be priced FOB Destination, PO shall be delivered in full within 30 days of order**
F.O.B. Destination delivered to:
USDA/NRCS Rosenberg Soil Survey Office
Attn: Suzanne Root
1402 Band Road
Rosenberg, TX 77471-8678
FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items (OCT 2018), applies to this acquisition and is incorporated by reference.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition.
(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).
[Contracting Officer has checked the following as appropriate.]
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).
(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
(5) [Reserved].
(6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
(7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L.
111-117, section 743 of Div. C).
X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C.
2313).
(10) [Reserved].
(11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C.657a).
(ii) Alternate I (Nov 2011) of 52.219-3.
(12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).
(ii) Alternate I (Jan 2011) of 52.219-4.
(13) [Reserved]
X (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).
(ii) Alternate I (Nov 2011).
(iii) Alternate II (Nov 2011).
(15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
(ii) Alternate I (Oct 1995) of 52.219-7.
(iii) Alternate II (Mar 2004) of 52.219-7.
(16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
(17) (i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (15 U.S.C. 637(d)(4))
(ii) Alternate I (Nov 2016) of 52.219-9.
(iii) Alternate II (Nov 2016) of 52.219-9.
(iv) Alternate III (Nov 2016) of 52.219-9.
(v) Alternate IV (Aug 2018) of 52.219-9
(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
(19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)).
(20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2019) (15 U.S.C. 657f).
X (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
(23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
X (25) 52.222-3, Convict Labor (June 2003) (E.O.11755).
X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) (E.O.13126).
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).
(ii) Alternate I (Feb 1999) of 52.222-26.
(29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(ii) Alternate I (July 2014) of 52.222-35.
X (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).
(ii) Alternate I (July 2014) of 52.222-36.
(31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
X (33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(34) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
(35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
(36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693).
(37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693).
(38) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514).
(ii) Alternate I (Oct 2015) of 52.223-13.
(39) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-14.
(40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
(41) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).
(ii) Alternate I (Jun 2014) of 52.223-16.
X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
(43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
(44) 52.223-21, Foams (Jun 2016) (E.O. 13693).
(45) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a).
(ii) Alternate I (Jan 2017) of 52.224-3.
(46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
(47) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014)
(41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L.
103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
(ii) Alternate I (May 2014) of 52.225-3.
(iii) Alternate II (May 2014) of 52.225-3.
(iv) Alternate III (May 2014) of 52.225-3.
(48) 52.225-5, Trade Agreements (Oct 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
X (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
(52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
(53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)).
(54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C.4505, 10 U.S.C.2307(f)).
X (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
(56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C.3332).
(57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C.3332).
(58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
(59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).
(60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
(ii) Alternate I (Apr 2003) of 52.247-64.
(iii) Alternate II (Feb 2006) of 52.247-64.
[Contracting Officer check as appropriate.]
(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495).
(2) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).
(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter
67).
(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year
and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
(6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67).
(7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67).
(8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706).
(10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792).
$700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(B) Alternate I (Mar 2015) of 52.222-50(22 U.S.C. chapter 78 and E.O 13627).
(B) Alternate I (Jan 2017) of 52.224-3.
(End of Clause)
Other Clauses applicable to this combined synopsis/solicitation
452.246-70 Inspection and Acceptance (FEB 1988)
The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. Work that, in the opinion of the CO, does not meet data quality standards will be returned to the Contractor for correction. Inconsistencies/edits may be reviewed, resolved and approved via communications.
(End of Clause)
52.247-34 F.o.b. Destination (Nov 1991)
(a) The term “f.o.b. destination,” as used in this clause, means—
(1) Free of expense to the Government, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and
(2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or “constructive placement” as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including “piggyback”) is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for “heavy or bulky freight.” When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.
(b) The Contractor shall—
(1)(i) Pack and mark the shipment to comply with contract specifications; or
(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;
(2) Prepare and distribute commercial bills of lading;
(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;
(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;
(5) Furnish a delivery schedule and designate the mode of delivering carrier; and
(6) Pay and bear all charges to the specified point of delivery.
(End of clause)
4I-52.232-70 Electronic Invoicing and Payment Requirements – Invoice Processing Platform (IPP)
(a) Invoices must be submitted electronically through the U.S. Department of the Treasury’s Invoice Processing Platform System (IPP). The Contractor must use the IPP website (https://www.ipp.gov) to register, access, and use IPP for submitting invoices. Contractor assistance with enrollment can be obtained by calling (866) 973-3131. Invoices submitted by means other than IPP will not be accepted unless the Contracting Officer authorizes alternate procedures in writing.
(b) Under this contract, the following document(s) are required to be submitted as attachment(s) to the IPP invoice:
[Contractor’s invoice, proof of shipment/delivery, warranty details]
(End of clause)
Provisions applicable to this combined synopsis/solicitation:
FAR Provision 52.212-1 - Instructions to Offerors – Commercial Items (OCT 2018), applies to this acquisition and is tailored as follows:
GSA Federal Supply Service Specifications Section Suite 8100 470 East L’Enfant Plaza, SW Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(j)Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “Unique Entity Identifier” followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at
www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.
(k)[Reserved]
(End of provision)
The following addenda also apply. Offerors must read and follow these additional instructions to receive consideration:
All Contractors must be registered in the System for Award Management (SAM) prior to award of a Federal Contract. However, due to the need to promptly award a contract after receipt of proposals, registration in SAM, to include completion of the Representations and Certifications, and having a status of “Active” is required BEFORE submitting a proposal. For information regarding registration visit https://www.sam.gov/portal/public/SAM/.
Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items. This must be completed at SAM.gov and the registration in an “Active” status.
4I-52.233-70 Protests to the Agency.
(a) An agency protest filed with the contracting officer shall be sent to the contracting officer’s mailing address or email address listed in the solicitation. The contractor should contact the contracting officer to verify the mailing or email address prior to delivering a protest.
(b) The independent review of a contracting officer’s decision regarding a protest described at FAR 33.103(d)(4) is not available as an alternative to consideration of the protest by the contracting officer. An independent review is available only as an appeal of the contracting officer’s decision on a protest. An appeal must be filed within 10 calendar days of the protestor’s receipt of the contracting officer’s decision, otherwise the appeal will be deemed untimely and not considered. The appeal must be directed to the Operations Branch Chief but sent to the contracting officer.
(c) The protest must contain all of the elements required by FAR 33.103(d)(2). Failure to substantially comply with any of the requirements of FAR 33.103(d)(2) may be grounds for dismissal of the protest.
(End of provision)
AGAR 452.204-70 Inquiries. (Feb 1988)
Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award.
(End of provision)
AGAR 452.219-70 Size Standard and NAICS Code Information. (Sep 2001)
The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below:
Contract Line Item(s): All
NAICS Code: 336999
Size Standard: 1,000 Employees
(End of provision)
END OF COMBINED SYNOPSIS/SOLICITATION
QUOTE SUBMITTAL WORKSHEET
Company Name
Address
Point of Contact
Telephone Number
Email Address
DUNS Number
ITEM NO.
DESCRIPTION
QUANTITY
UNIT
PRICE
01
Brand Name or Equal - Argo Amphibious ATV/UTV with requested accessories and warranty shipped F.O.B. Destination to NRCS Rosenberg Soil Survey Office, Rosenberg, TX.
1
EA
$
02
(Optional) An appropriately sized 4-stroke Outboard Motor F.O.B. Destination
1
EA
$
03
(Optional) - ACC Bracket for Outboard Motor (wood or comparable) PN 618-10 F.O.B. Destination
1
EA
$
Total
$
The Government intends to evaluate quotes in response to this solicitation without discussions and will award a contract to the responsible quote whose quote, conforming to the solicitation, will be most advantageous to the Government, considering only price.
The Government may reject a quote if the prices quoted are unrealistically low. Price/cost realism analysis is the process of independently reviewing and evaluating specific elements of each quoter’s proposed price to determine whether the estimated prices are realistic for the work to be performed and reflect a clear understanding of the requirements. Quotes that are determined to be unrealistically low are considered a performance risk and may be rejected by the Government. Price/cost realism analysis will be evaluated consistent with FAR 15.404-1(d).
Please provide below or attach any additional information for any pricing rationale that you wish to be considered. Failure to provide pricing rationale could lead to a quote being deemed unrealistically low and being rejected.
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
COMPANY NAME: _____________________________________________________
SIGNATURE: _____________________________________________________
NAME/TITLE: _____________________________________________________
DATE: _____________________________________________________
QUOTES WILL BE ACCEPTED ON OR BEFORE
6:00 PM EASTERN TIME, FRIDAY, DECEMBER 20, 2019
RETURN by mail with the appropriate proof of 52.212-3 certification and representation completed in SAM.gov (hardcopies of the representations and certifications are available upon request):
USDA-FPAC, ATTN: Ryan Lorimer, Contracting Officer
800 W. Evergreen Avenue, Suite 100
Palmer, AK 99645
by email to: [email protected]