This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is 1240BK24Q0060 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 333111. The small business size standard is 1250 employees. This acquisition is a Total small business set-aside. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-3. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, and (2) Price. The contract award will be offered to the best value offer made to the Government, considering technical capability and price; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.219-27, 52.222-3, 52.222-20, 52.222-21, 52.222-26, 52.222-54, 52.225-1, and 52.232-33. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far .
Line Item Description:
Supply & Deliver F.O.B. Destination one (1) Westrup Lab Brush Machine, SEP LAH with 4 different mantles, three different brush sets, inlet vibratory feeder, dust suction capabilities, variable speed motor- Brand Name or Equal.
Deliver to: Dorena Tree Improvement Center, 34963 Shoreview Drive, Cottage Grove, OR 97424 - 24-hour delivery notice is required.
Technical questions shall be directed to: Haley Smith, Seed Program Coordinator - 541-767-5708.
Contract awardee shall comply with FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels requirements attached.
All quoters are required to submit an estimated delivery date with quote.
Direct Technical questions to Haley Smith at 541-767-5708.
Required Delivery Schedule:
Delivery shall be made on regular working days, Monday through Friday, between 8:00 a.m. and 4:00 p.m. Contractor shall notify the Technical Representative 24 hours in advance of delivery at (541) 767-5708 . Packing and Packaging – Commercial: Material shall be packed for shipment in such a manner that will insure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission and Regulations, Uniform Freight Classification Rules, or Regulations of other carriers as applicable to the mode of transportation. Quotes and Descriptive Literature establishing verification of technical capability to meet specifications are due to the Contracting Officer, Rogue River-Siskiyou National Forest, 3040 Biddle Road, Medford, Oregon 97504, April, 30, 2024 by 2:00 p.m., Pacific Time.
Send quotes by Email to: amy.chapman@usda.gov
NOTE: prospective awardee shall be registered in the System for Award Management (SAM) data base prior to award. Information on registration may be obtained via the internet at: sam.gov or by calling 1-888-227-2423.
This is not a public opening. All offers submitted are considered confidental. The name of the contractor and the amount of the contract will be disclosed only after an award has been made.