Trans Shipping Floor Grit Addition


Subject: Trans Shipping Floor Grit Addition
Solicitation Number: 12805B23Q0282
Notice Type: SOLICIT
NAICS: 238330
Set-Aside: Total Small Business
Notice Published: 03-21-23
Response Due: 04-03-23

Agency: Department of Agriculture
Office: AGRICULTURAL RESEARCH SERVICE
Contact: David Reynolds This email address is being protected from spambots. You need JavaScript enabled to view it.
Office Address: FORT COLLINS, CO 80526
Place of Performance: Manhattan, KS 66502

Related Notices:
        03-22-23 SOLICIT


Click for official SAM (FBO) notice, additional information, and accompanying attachments

Description 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 12805B23Q0282 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-02. The associated NAICS Code is 238330 and the Small Business Size Standard is $19.0M. The USDA, Agricultural Research Service, Plains Area, located at NBAF, Manhattan, KS requires grit to be applied to the flooring in the Trans Shipping area at NBAF.. 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-ARS-PA National Bio-Agro Defense Facility (NBAF) 1980 Dennison Ave Manhattan, KS 66502 DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall respond by: 1) Addressing all of the requirements of the RFQ. 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 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 9:00 a.m. Central Time, on or before Apr 3, 2023. Quotations are to be sent via email to David W. Reynolds at This email address is being protected from spambots. You need JavaScript enabled to view it.. 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.