Combined Synopsis/Solicitation SBA Due Soon

GROUNDSKEEPING AT NOAA Manchester Research Station, East Port Orchard, WA

Solicitation Number: FD-2025-547 Response Deadline: August 29, 2025 at 5:00 PM (2 weeks from now)

Description

COMBINED SYNOPSIS/SOLICITATION The contractor shall provide all supervision, personnel, supplies/materials, equipment, transportation, and other items and services as necessary to perform lawn care and landscape maintenance services as required under this contract. Lawn maintenance service shall include grass mowing to an appropriate height, trimming and edging around buildings/property boundary, and sidewalks as well as the removal of grass clippings. Additional landscape maintenance includes flowerbed weeding, tree and shrub pruning, fence line vegetation maintenance, and grass weeding except for grass areas (including all gravel transition strips around the buildings), and removal of other pruned vegetation materials in accordance with the full Statement of Work and Terms & Conditions herein. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MF25Q0055. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 (Jun 2025) (Deviation 2025-07) (May 2025). (iv) This solicitation is being issued as a total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $9,500,000.00. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001 Base Year Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for the performance of lawn care and landscape maintenance services in accordance with the attached statement of work. Location of work: 7305 Beach Drive, E. Port Orchard, Washington. Period of Performance is one year following the date of award. CLIN 1001 Option Year 1 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. CLIN 2001 Option Year 2 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. CLIN 3001 Option Year 3 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. CLIN 4001 Option Year41 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for continued performance of lawn care and landscape maintenance services : Period of Performance is for 12 months, dates to be determined after date of award (DOA) is known. (vi) Description of requirements is as follows: See attached Statement of Work which applies to Base Year and all Option Years 1 4, and Department of Labor Wage Rates: WD # 2015-5525, Revision No. 28, dated 7/8/2025, which can be found on: https://sam.gov/content/wage-determinations INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: The start date is an estimate and is subject to new funding approval processes. If there is a significant delay in awarding this contract, a shortened base year Period of Performance may be utilized or an updated quote may be requested with a new 12-month base year and corresponding option years. Period of performance shall be: Base Year: 12 months from Date of Award (DOA). Option Period 1: 12 months, dates to be determined after DOA is known. Option Period 2: 12 months, dates to be determined after DOA is known. Option Period 3: 12 months, dates to be determined after DOA is known. Option Period 4: 12 months, dates to be determined after DOA is known. Place of Performance is7305 Beach Drive, E. Port Orchard, Washington. (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer, unless the offeror s Reps & Certs section on SAM.gov is accurate and current. Per Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (Deviation 2025-02) (Deviation 2025-03) (Feb 2025), applies to this acquisition and can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 5:00PM EST/EDT on 08/21/2025. All quotes must be submitted electronically via email to SUZANNE.JOHNSTON@NOAA.GOV. (xvi) Any questions regarding this solicitation should be submitted electronically via email to SUZANNE.JOHNSTON@NOAA.GOV. UTILIZATION OF FEDCONNECT FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect web portal in administering this award. The contractor must be registered in FedConnect and have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO SUZANNE.JOHNSTON@NOAA.GOV.. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 8/29/2025 at 5pm EST. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) A site visit is highly recommended but not required. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Minh Trinh, P.E at thanh.m.trinh@noaa.gov to set up a time to visit the site. All questions during the site visit should be submitted electronically to SUZANNE.JOHNSTON@NOAA.GOV. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to SUZANNE.JOHNSTON@NOAA.GOV. 2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria may not be considered. TECHNICAL APPROACH and CAPABILITY., PAST PERFORMANCE & PRICE with price being significantly more important than Technical and past performance THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) STATEMENT OF WORK (SOW) DEPARTMENT OF COMMERCE (DOC) NATIONAL OCEANIC ATMOSPHERIC ADMINISTRATION (NOAA) NORTHWEST FISHIERIES SCIENCE CENTER (NWFSC) MANCHESTER RESEARCH STATION NON-PERSONAL SERVICES FOR GROUNDSKEEPING AT MANCHESTER Organization: The Manchester Research Station, Northwest Fisheries Science Center (NWFSC) of the National Marine Fisheries Service (NMFS), National Oceanic & Atmospheric Administration (NOAA), Department of Commerce (DOC), is a Federal Agency located in Manchester, WA Background: Manchester Research Station is located at 7305 Beach Drive, East Port Orchard, WA 98366. The main project site consists of approximately 1.25 acres, parts of which are occupied by buildings, roads, walks, parking lots, and other paved or gravel surfaces. The purpose of this contract is to maintain the landscaping areas, in a professional manner. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Continuous Service Requirements: The contractor shall provide all supervision, personnel, supplies/materials, equipment, transportation, and other items and services as necessary to perform lawn care and landscape maintenance services as required under this contract. Lawn maintenance service shall include grass mowing to an appropriate height, trimming and edging around buildings/property boundary, and sidewalks as well as the removal of grass clippings. Additional landscape maintenance includes flowerbed weeding, tree and shrub pruning, fence line vegetation maintenance, and grass weeding except for grass areas (including all gravel transition strips around the buildings), and removal of other pruned vegetation materials. Weekly landscaping services shall be performed by the Contractor on a continuous cycle from April 1, to September 30, during valid years of the contract, to maintain: evenly cut grass, neatly edged boarders, and free of debris; weed-free beds of healthy, correctly pruned, cultivated, and mulched plants and flowers; and grounds free of pine cones, sticks, and other debris. The grounds shall reflect an overall well-manicured appearance. Additional clarifications: Non-personal grounds keeping services are to be performed minimally once a week, Tuesday through Thursday (excluding Federal Holidays), or more often as needed in order to keep lawns uniformly groomed at an appropriate height. Commercially available Non-Toxic and/or Organic Herbicides may be applied to weeds in the gravel parking areas, along the edges of the paved parking areas. As well as along cracks and crevices in the sidewalk and parking areas. Dead vegetation shall be removed from applied herbicide areas during subsequent visits. Maintenance of flower beds, shrubs, and trees should be completed as specified in the following paragraphs. This includes trimming/pruning of trees and shrubs, removal of blackberry and other obnoxious plants, and weeding and mulching of flower beds. Grounds keeping tasks shall be completed in entirety during each visit. Mowing & Edging Specifications: Mowing shall occur as needed in order to maintain the grass lawns in a professional manner at a respectful height of approximately 2-3 inches. Expect weekly service from April-August and bi-weekly thereafter, as conditions dictate. A mulching blade on the mower is desired but not required. Mowing/weeding of parking lots and building edges, fence lines, around buildings, and cracks in cement walkway shall be completed during each visit for mowing. Sidewalks and paved areas shall be swept or blown free of any resulting dirt, debris, or grass clippings. Walkways, curbs, and parking surfaces shall be properly edged such that grass growth does not encroach upon the top surface. Grass around signposts, telephone poles, fire hydrants, and other fixed objects shall be kept neatly trimmed. Areas immediately adjacent to (within one foot) telephone poles, fire hydrants, and other fixed objects shall be edged and kept free of weeds and grass. Grass clipping may be left in place as mulch unless large clumps occur, which need to be removed. All large cluster of grass cuttings, litter blown onto the yard, and other debris resulting from vendor operations are to be removed from the work site prior to the end of the workday. Grounds keeping waste shall be hauled to an approved vendor for disposal and processed in accordance with all federal, state, and local regulations. Weeding Specifications: Weeding at all landscaped areas, curbs, sidewalks, and other gravel or paved areas shall be completed during each visit and resulting vegetation accumulation shall be removed and disposed of off-site. Weeding of parking lots and building edges, fence lines, around buildings, and cracks in cement walkway shall be completed during each visit. Pruning Specifications: Pruning of trees, shrubs, and hedges shall be completed minimally once per month, or more often as required, with at least three weeks in between pruning s, and be pruned in such a manner so as to: Prevent growth in front of windows, over entrance ways or walks, obstruction of utility meters, or which will obstruct vision at roadway intersections. Evenly form and balance the shrub, tree, or plant. Equipment: The vendor shall furnish all of the proper equipment as required to perform the work of this contract in a skillful and orderly manner. Contractor s tools, equipment, and associated lawn care materials may not be stored at the Government facility. The contractor shall remove all of their equipment at the end of each day s work. Vendor Point of Contact: The vendor shall employ one person to be designated as the Point of Contact (POC). The Point of Contact shall be available for communication with the Contracting Officers Representative (COR). The employee designated as the Point of Contact for the purpose of performing the functions required by this specification is considered key personnel. This person and contact information will be provided within three days after award. Use of Government Facilities: Toilet facilities are available for the Contractor s use in the Main Office Building. Excluded Items: This contract does not include any normal repairs to the buildings, asphalt, pavements, curbs, concrete sidewalks, benches, signs, underground utilities, telephone poles, fire hydrants, or catch basins. Unless damages were due to or caused by the vendor s personnel or equipment while in use per this contract, as annotated in the following paragraph. Protection: The contractor shall use reasonable care to avoid damaging existing buildings, equipment, telephone poles, vehicles, landscape plantings, and other equipment on the Point Adams site. If the Contractor s failure to use reasonable care causes damages to any of the aforementioned items, the Contractor shall repair or replace the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. Particular care shall be exercised to prevent damage to building glass, light standards, building signs, lights, and siding materials. The Vendor shall park only in the designated parking area and not on the grass area of the property. The vendor is fully responsible for his own security arrangement including his subcontractor s personnel, material, equipment, and the work performed. The vendor shall take all measures necessary for the protection of work encountered, which has been placed or installed by other contractor(s), either previously or during the performance of the contract. In the event the vendor, his employees, or his subcontractors cause damage to the work placed or installed by another contractor, the Government shall have the right to deduct from payments due the Contractor under this contract an amount equal to the cost of repairing such damages. The vendor shall take all reasonable precautions against damaging any vehicles, which are parked, adjacent to, or near the landscape areas. The Contractor shall be responsible for any damages caused by themselves regardless of whether or not the vehicles impinged upon the Contractor s work area. Safety: The Contractor shall ensure compliance with all applicable Federal, State of Washington, and local (East Port Orchard) safety regulations. This includes, but is not limited to, regulations established by the Washington State Department of Labor & Industries (L&I) and the Occupational Safety and Health Administration (OSHA). The Contractor is responsible for providing appropriate personal protective equipment (PPE) to their personnel, including but not limited to eye protection, hearing protection, gloves, and other necessary safety items based on the scope of work Deliverables: Inspection of work shall be performed on an on-going basis by NWFSC Manchester staff. Issues and concerns by NWFSC staff will be reported to the CO who will relay these issues and concerns to the Contractor. Therefore, the government may at any time request correction or improvement in maintenance practices if they are found to fall below the standards of the contract specifications. The Contractor may be notified of deficiencies in performance orally or in writing. Oral deficiency notifications will be confirmed in writing. Prompt corrective action shall be taken by the Contractor upon a notice of a deficiency. Performance: Work hours are during facility working hours from 8:00am to 4:00pm, Tuesday through Thursday, excluding federal holidays. The Contractor will perform duties on site only during working hours. A mutually agreed upon day of the week shall be repeated on the following weeks unless prior arrangements are made with the CO. If the scheduled day of work falls on a holiday, services are to be completed the day before or the day after without any need for further communication. All work will be performed at NOAA s Northwest Fisheries Science Center, Manchester Research Station, 7305 Beach Drive, E. Port Orchard, Washington. Applicable Standards The Contractor shall adhere to all applicable federal, state, and local standards, laws, regulations, and best practices related to landscaping and grounds maintenance services performed within the State of Washington and at federal facilities, including but not limited to: Washington State Department of Labor & Industries (L&I) standards, including the Washington Industrial Safety and Health Act (WISHA) regulations. Washington State Department of Agriculture (WSDA) licensing and certification requirements for the application of herbicides and pesticides. Herbicide application must be performed by a licensed applicator certified in the appropriate category (e.g., Ornamental Weed Control). Compliance with environmental regulations to prevent contamination of soil and water resources and protect native plants and wildlife. Adherence to federal environmental and safety standards applicable to work on federal property. Equipment: The Vendor shall furnish all necessary tools, equipment, and materials required to perform the services described in the Statement of Work. Contractor equipment and materials shall not be stored on Government property and must be removed daily after work. Safety Compliance: The Vendor must comply with all applicable safety regulations and ensure personnel are trained and equipped with appropriate PPE (see Safety section). Communication: The Vendor shall designate a Team Lead who will serve as the primary point of contact for coordination with NWFSC staff and Team Lead will be responsible for daily supervision and quality control. Reporting: The Vendor shall provide any requested documentation relating to certifications, training records, and compliance with contract requirements as requested by the Government. Use of Government Platforms: The Vendor is not required to use any government software or platforms for delivery of services; however, any required communications or reporting shall be coordinated as instructed by the Government Point of Contact. Vendor Requirements The Vendor must meet the following requirements: Professional Certifications: (Vendors must provide copies with proposal) The Contractor shall maintain and provide proof of at least one of the following valid professional certifications, held by either the Team Lead or other key personnel: Certified Professional Horticulturalist (CPH) National Association of Landscape Professionals (NALP) or Washington Association of Landscape Professionals (WALP) certification Coalition of Organic Landscape Professionals (COOL) certification Licensing and Certifications: All required certifications and licenses must be current and valid throughout the contract period, including WSDA pesticide/herbicide applicator licenses where applicable. Qualified Personnel: The Vendor must provide qualified personnel who meet or exceed the Team Lead qualifications described below. The Vendor must submit documentation of qualifications and certifications for all key personnel with proposal. Team Lead Requirements: The Contractor shall designate one individual as the Team Lead, who will be on-site and supervising all landscaping work throughout the contract performance. The Team Lead must have a minimum of three (3) years of directly related landscaping experience. The Team Lead must possess basic horticultural knowledge sufficient to identify common invasive weeds (e.g., Himalayan blackberry, dandelion, morning glory) and distinguish these from desirable native or cultivated plants. The Team Lead must be familiar with all equipment and materials used under this contract to ensure proper and effective application. Effective verbal and written communication skills are required to coordinate with the Government Point of Contact. IT Security The contractor will not require access to Federal Buildings, DOC Systems and includes an IT component. Inclusion of Clause 52.217-8 (Mandatory for services, do not remove) Inclusion of FAR clause 52.217-8, Option to Extend Services, is for use by the Government as outlined at FAR 37.111, Extension of Services. If an option is included, it will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise. Evaluation of options will not obligate the Government to exercise the option(s). Required Knowledge and Experience: The Contractor shall possess and demonstrate the following qualifications and experience to successfully fulfill the requirements of this contract: The designated Team Lead shall have a minimum of three (3) years of experience directly related to landscaping and grounds maintenance services comparable in scope and complexity to those described herein. The Team Lead shall have basic horticultural knowledge sufficient to identify and distinguish between common invasive weeds (e.g., Himalayan blackberry, dandelion, morning glory, nightshade) and desirable native or cultivated plant species indigenous to the Pacific Northwest region. The Team Lead shall be proficient in the operation and maintenance of landscaping equipment, including mowing, trimming, edging, pruning, and the appropriate application of herbicides in accordance with federal, state, and local regulations. All personnel performing landscaping services shall be skilled in their assigned tasks and knowledgeable of safety requirements relevant to their work. The Contractor shall ensure familiarity with and adherence to all applicable federal, state, and local laws, regulations, and best practices relevant to landscaping services and environmental protection, including pesticide and herbicide use and safety protocols. Effective verbal and written communication skills are required for the Team Lead to coordinate and report with Government representatives and on-site personnel. Possession of current professional certifications related to horticulture and landscape management is highly preferred. Acceptable certifications include, but are not limited to: o Certified Professional Horticulturalist (CPH); o Membership or certification from the National Association of Landscape Professionals (NALP) or Washington Association of Landscape Professionals (WALP); o Certification from the Coalition of Organic Landscape Professionals (COOL). The Contractor shall provide proof of current certifications with proposal Evaluation Factors: The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors with price being significantly more important than Technical and past performance. The following factors will be used to evaluate quotations: Technical Evaluation Factors: Factor 1--TECHNICAL APPROACH and CAPABILITY. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable. Factor 2--PAST PERFORMANCE. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, effective management of subcontractors, cost management, level of communication between the contracting parties, proactive management and customer satisfaction. Offeror shall provide at least three (3) past performance references. Provide name, address, phone number, and name of the project. If a quoter has no relevant past performance, the quoter must affirmatively state that it possesses no relevant past performance history. Offerors who fail to either provide past performance information or affirmatively state that they have none, may be considered as non-compliant to the solicitation. Factor 3 - COST/PRICE. The proposed prices/costs will be evaluated. The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical approach. Project Lead: To be provided at time of award Invoice Approver: To be provided at time of award CONTRACTORS INVOICE INVOICES MUST BE SUBMITTED MONTHLY IN ARREARS Per NAM 1330-52.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (FEB 2023) The Contractor must submit payment requests electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use the IPP website to register, access, and submit payment requests. The IPP website address is https://www.ipp.gov. "Payment request" means any request for contract financing payment or invoice payment to the Contractor. To be considered proper, invoices must be prepared in accordance with, and contain all elements specified in, the contract payment clause (e.g., FAR 52.212-4(g), FAR 52.232-25(a)(3), FAR 52.232-26(a)(2), FAR 52.232-27(a)(2)). All invoices are to be submitted in arrears per 31 U.S.C. 3324. Advance payments are prohibited by 31 U.S.C. 3324, which provides that, except as provided by a specific appropriation or other law, a payment under a contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered. The primary purpose of 31 U.S.C. 3324 is to protect the Government against the risk of nonperformance (or refusal to refund moneys) by the contractor after receipt of payment. See 22 Comp. Gen. 834, 835 (1946). In its simplest terms, the statute prohibits the Government from paying for goods before they have been received or for services before they have been rendered. The Contractor must include the following documents as attachments to payment requests submitted through the IPP:None If the Contractor is unable to comply with the requirement to submit payment requests through the IPP due to a threat to national security; a matter of unusual or compelling urgency; or because the political, financial, or communications infrastructure of a foreign country does not support access to the IPP, the Contractor must request an exception in writing. Contact the Contracting Officer for more information about requesting an exception. (End of Clause)

Award Information

Not yet awarded

Notice Timeline

Combined Synopsis/Solicitation

Aug 14, 2025

Place of Performance
Port Orchard, Washington 98366
USA

Contacts

primary
Suzanne Johnston

suzanne.johnston@noaa.gov

Agency
COMMERCE, DEPARTMENT OF
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
DEPT OF COMMERCE NOAA
Classifications
NAICS: 561730
PSC: S208
Set Aside: SBA
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (3 hours ago)
Aug 15, 2025
Due (2 weeks from now)
Aug 29, 2025 5:00 PM