Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2025 SAM #8515
SOLICITATION NOTICE

D -- Electronic Warehouse Receipts

Notice Date
3/18/2025 9:31:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12FPC225Q0014
 
Response Due
3/28/2025 9:00:00 AM
 
Archive Date
04/12/2025
 
Point of Contact
Colin Sasser, Joel M Miro-Marquez
 
E-Mail Address
Colin.sasser@usda.gov, joel.miro-marquez@usda.gov
(Colin.sasser@usda.gov, joel.miro-marquez@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR QUOTE USDA-Farm Production and Conservation RFQ No. 12FPC225Q0014 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; quotes are being requested. This solicitation 12FPC225Q0014 is issued as a request for quote (RFQ), and the acquisition procedures at FAR Subpart 12.6 and 13 are being utilized. The Government contemplates issuing a single Firm Fixed Price (FFP) Purchase Order as a result of this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective January 3, 2025. This will be a Firm-Fixed Price contract. The applicable NAICS code is 541511- Custom Computer Programming Services, which has a size standard of $34M. For more information on size standards visit http://www.sba.gov/size. The quote shall be valid for 90 calendar days after the required due dates for quote(s). The Government reserves the right to conduct interchanges with one/some/none or all the responsible quoters whose quote conforms to the solicitation terms to allow for Final Quote Revision to achieve the Lowest Price Technically Acceptable (LPTA) quoter to the Government. The Government anticipates issuing a Firm Fixed Price Purchase Order. A-1 TYPE OF CONTRACT AND SUPPLIES/SERVICES: This is a Firm Fixed Price Purchase Order for services related to maintaining warehouse receipts for crops stored. The contract will be invoiced on a monthly basis for services received in accordance with the PWS. A-2 PERIOD OF PERFORMANCE: The Period of Performance (PoP) is comprised of 1 Base Year (BY), with four (4) Option Years (OY), estimated below: Base year April 18, 2025 � April 17, 2026 Option year 1 � April 18, 2026 � April 17, 2027 Option year 2 � April 18, 2027 � April 17, 2028 Option year 3 � April 18, 2028 � April 17, 2029 Option year 4 � April 18, 2029 - April 17, 2030 GENERAL INFORMATION 1 1.0 Overview of Requirement: USDA Farm Production and Conservation Center Business Center (FPAC-BC) on behalf of FPAC-BC�s Information Solutions Division (ISD) requires the following: See Attached, �P03- PWS EWS� 2.0 Deliverables / Schedule: Deliverables IAW PoP Start Date INSTRUCTIONS TO QUOTERS A firm fixed price Purchase Order is anticipated to be awarded from this solicitation. Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer and Contract Specialist. Questions related to this solicitation shall be submitted to in writing NLT 12:00PM EST 21 March 2025 to colin.sasser@usda.gov and joel.miro-marquez@usda.gov. Please submit your quote on company letterhead by 12:00PM EST 28 March 2025 via email to the individuals listed above. PLEASE NOTE: Subject line shall read �EWS \\ 12FPC225Q0014� The content of submitted quotes shall include: A brief technical narrative describing how the requirements identified in PWS will be fulfilled. Proof of AMS Licensing Final Quote EVALUATION CRITERIA FOR AWARD Award Consideration: The Government will award a firm fixed purchase order resulting from this solicitation to the responsible Quoter whose quote conforming to the solicitation is the lowest price technically acceptable quote. Award is made to the quoter that demonstrates/meets the minimum technical requirements outlined in this solicitation at the lowest price. To be determined technically acceptable, the quote must submit a quote with the product and quantity information of this RFQ along with a unit price and total price and a narrative describing capability to meet the delivery requirements. USDA seeks to obtain the Contractor�s best price based on its evaluation of discounts, terms, conditions, and concessions offered to commercial customers. In an effort to receive the highest quality products/service at the lowest possible price, the government requests all available discounts on all products/service offered for this requirement. The Contractor must provide a secure system based on USDA Agricultural Marketing Service (AMS) licensing requirements to access and transmit EWR data as indicated through AMS Provider Agreement guidelines. The Contractor will be granted access to transmit data to FSA EWR system through Firewall access and security certificates. The Contractor must obtain a license from AMS as https://www.ams.usda.gov/rules-regulations/uswa/agreements. A prerequisite to obtain this license is to have a working system that can transmit EWR data. The Contractor must demonstrate a working concept of their EWR system to AMS by following the guidance provided in the referenced AMS Agreements. Provider agreement guidelines are covered through USDA AMS under https://www.ams.usda.gov/rules- regulations/usda/agreements. Agreements for this project include: WA-460, https://www.ams.usda.gov/sites/default/files/media/WA460Addendum.pdf WA-460-2, https://www.ams.usda.gov/sites/default/files/media/WA460_2FormandInstructions.pdf WA-460-2 Appendix 1, https://www.ams.usda.gov/sites/default/files/media/WA460_2AppendixI.pdf WA-460-9, https://www.ams.usda.gov/sites/default/files/media/WA460_9FormandInstructions.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7f1d82ffc0041ddb385b690c67acfc0/view)
 
Place of Performance
Address: DC, USA
Country: USA
 
Record
SN07375682-F 20250320/250318230047 (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.