This is a combined synopsis/solicitation for commercial item with commercial services prepared in accordance with the format in FAR subpart 12.06 and FAR Part 13, 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 12805B23Q0013 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-01. The associated NAICS Code is 311224 and the Small Business Size Standard is 1250 Employees. This is a Small Business Set Aside.
The USDA, Agricultural Research Service, Plains Area, located at Clay Center, NE requires Supply and deliver Soybean Hulls (350 tons). 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:
USMARC
C/O Danny Trausch
844 Road 313
Clay Center, NE 68933
DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by:
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 represents the best as a whole. The Government has the discretion to accept other than the lowest priced quote that provides additional benefits.
All sources wishing to quote shall furnish a quotation:
by 5:00 p.m. Eastern Time, on or before November 10, 2023. Offers shall submit required documents via email ONLY to [email protected]
INSTRUCTIONS FOR THE PREPARATION OF OFFERS (FAR 52.212-1 Addendum)
This procurement is a Solicitations competed in accordance with FAR Part 13. Solicitation documentation and any issued amendments will be distributed via Public Display. No hard copy solicitation materials are available.
Offerors shall provide all required information referenced in this section. Failure to provide all requested information may result in the proposal not being considered for further evaluation.
OFFER SUBMISSION DOCUMENTS
FAR 52.212-2 – Evaluation -- Commercial Products and Commercial Services. (Nov 2021)
Evaluation Methodology
In accordance with FAR Part 13 the Government will award a firm fixed price 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. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA), evaluation method.
Technical Acceptability is defined as:
Past performance will be evaluated in accordance with FAR 13.106-2. Past Performance will be rated on an “acceptable” or “unacceptable” basis. The apparent successful, prospective contractor must have “acceptable” past performance. System for Award Management (SAM.gov) exclusions list, Federal Awardee Performance and Integrity Information System, and Contractor Performance Assessment Reporting System (CPARS) and CRA / SAM reports shall be considered as part of the past performance evaluation process. Any past performance that is found to be “Negative”, shall result in the entire Past Performance rating as “Unacceptable”. “Negative” is defined as any CPARS and CRA / SAM past performance evaluation rated less than “Satisfactory”, any Terminations for Default/Cause, or any negative performance references will be rated as ‘Unacceptable’. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, “unknown” shall be considered “acceptable.” Any past performance that is found to be “negative”, shall result in the entire Past Performance rating as “Unacceptable” making the overall Technical Acceptability as “Unacceptable”. The rating will be acceptable or Unacceptable.