Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOLICITATION NOTICE

R -- Visitor Center Support Services

Notice Date
4/29/2025 7:49:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
DIRECTOR OF CONTRACTING NEW ORLEANS LA 70114-1500 USA
 
ZIP Code
70114-1500
 
Solicitation Number
M6786125Q0022
 
Response Due
5/2/2025 11:00:00 AM
 
Archive Date
05/17/2025
 
Point of Contact
Franklin Smith, Phone: 5046978351, Parren Tatum, Phone: 5046978308
 
E-Mail Address
franklin.smith@usmc.mil, parren.tatum.civ@usmc.mil
(franklin.smith@usmc.mil, parren.tatum.civ@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Number: M6786125Q0022 Issue Date: 25 April 2025 Closing Response Date: 02 May 2025 Anticipated award date: 12 May 2025 Contracting Officer: Parren Tatum Contracting Office: Marine Forces Reserve 2000 Opelousas Ave. New Orleans, LA 70114 Requirement Description: Visitor Center Support NAICS: 561499 This is a combined synopsis/solicitation for commercial products or 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. The solicitation number applicable to this announcement is M67861-25-Q-0022. This solicitation is issued as a request for quotation (RFQ). All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 and can be accessed at https://www.acquisition.gov/ 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services Addendum (Nov 2021) The Contractor�s quoted descriptions shall reflect the characteristics and level of quality that will satisfy the Government�s need as described in the Schedule of Supplies/Services. The quoter must clearly demonstrate that they can meet the solicitation requirements. It is the Government�s intent to award a single firm-fixed price award on an �all-or-none� basis to satisfy this requirement using procedures in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. However, the Government reserves the right to issue multiple awards if required to fullfill the solicitation requirements. This requirement is set-aside to any Small Business concern. The applicable NAICS is 561499 and the small business size standard is $21,500,000. Payment Terms: NET 15. In accordance with DFARS 252.232-7006, invoices under the resulting contract shall be submitted electronically via Wide Area Workflow (WAWF). Specific instructions for invoicing through WAWF are contained in the solicitation. Any direct customer contact by Quoters is not authorized during the solicitation phase or your quote may be at risk of being eliminated from consideration for this solicitation. No telephone calls will be accepted regarding this solicitation. Interested quoters shall submit any questions, in writing, electronically to Franklin Smith at franklin.smith@usmc.mil or Parren Tatum at Parren.Tatum.civ@usmc.mil. Submit all questions no later than 28 April 2025 at 09:00 am CST. Quotes shall be submitted no later than 02 May 2025 at 1:00 pm C.S.T. Quotes shall be submitted electronically via electronic mail (e-mail) to Franklin Smith at franklin.smith@usmc.mil or Parren Tatum at Parren.Tatum.civ@usmc.mil. Each email may not exceed 5MB in size due to this agency�s server/network restrictions. Vendors may submit multiple emails to ensure a complete quote is received prior to the solicitation closing date and time. Vendors are responsible for ensuring their quotes have been received via email by this date and time specified. Delivery delays that cause a quote to be late are not the responsibility of the Government agency. Quoters shall provide their full vendor name and any doing business as names as certified in the mandatory System for Awards Management at www.sam.gov. Quotes shall also include a vendor point of contact information (name, phone, and email), address, CAGE Code, and Unique Entity Identifier (UEI) number. It is the quoters responsibility to furnish sufficient information and detailed specifications to the government to determine acceptability of the quoted item(s). Failure to provide product quotes that meet the Performance Work Statement may result in quote being considered non-responsive. 52.212-2, Evaluation-Commercial Products and Commercial Services Addendum (Nov 2021) The Government reserves the right to award no contract at all, depending on the quality of offers submitted. The Government intends to evaluate quotes and issue an order without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Award will be based on the initial evaluation of quotes received in response to the solicitation. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3) using: -price; and non-price factors of: technical capability and past-performance. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum, but is not required to do so. The awarded response may exceed the identified requirements in one or more ways and may or may not provide the lowest price, but does provide benefit to the Government as determined by the KO. The Government is not bound to make award to a response that exceeds the requirements if it provides no value or benefit to the Government. The Government may use information such as DoD PPIRS, SPRS and FAPIIS data available from Government sources to evaluate a Quoter's past performance. Potential awardee will be screened for responsibility in accordance with FAR 9.104.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd97af57b5f849ccb4ec9f1acea4a6c2/view)
 
Place of Performance
Address: New Orleans, LA 70114, USA
Zip Code: 70114
Country: USA
 
Record
SN07424556-F 20250501/250429230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.