Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2007 FBO #1902
SOLICITATION NOTICE

M -- Requirement for a gate attendant at the Ronald Cloutier Recreation Area at Crosslake, MN

Notice Date
2/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
721211 — RV (Recreational Vehicle) Parks and Campgrounds
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-07-T-0047
 
Response Due
2/28/2007
 
Archive Date
4/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
A.) (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this solicitation is W912ES-05-T-0047 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorpor ated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation ( FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil (iv) This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 721211 and the small bus iness size standard is 6.5 million dollars. (v) This requirement consists of 2 line items: CLIN0001 - Gate Attendant/Fee Collection at the Ronald Cloutier Recreation Area, Crosslake, MN. Estimated total 153 collection days.; CLIN0002  1 optional year for Gate Attendant/Fee Collection at Ronald Cloutier Recreation Area, Crosslake, MN. Estimated 153 total collection days. A $5,000.00 bond will be furnished in accordance with the Scope of Work. Information is available as Addendum I Scope of Work. (vi) Work to be completed under this purchase order will consist of but is not limited to the following: The contractor will collect camping fees and other park user fees using a computerized fee collection program, staff the entrance station, assist campers with site selection, and answer visitor questions. A detailed description of the line items is available as Addendum I, Scope of Work. (vii) Deliverables and acceptance of deliverables will be FOB destination, Pine River Dam/Crosslake, MN. The estimated peri od of service is April 29, 2007 through September 30 2007 for CLIN0001 and April 29, 2008 through September 30, 2008 for CLIN0002. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. (ix) The provision at 5 2.212-2, Evaluation Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (EvaluationCommercial Items). The Government will award a contract resulting from this solicitation to the responsible off eror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Past Performance/Experience, 2) Price. Past performance/Experience , when combined, is more important than price. Additional guidance on price is provided under provision 52.212-1 section (g). The Government will conduct a paired comparison for each quotation, weighing Past Performance/ Experience against price in orde r to determine the best value source: (A) If one quotation is better in terms of Past Performance/Experience and has the lower price, then it will be considered the best value. (B) If one quotation is better in terms of Past Performance/ Experience but has the higher price, then the Government will determine whether the differences in the non-price factors are worth the difference in price. The quote with the Best Value is the one that, in light of both Past Performance/Experience and Total Price, gives th e Government the best value for its dollars. Accordingly, the Government reserves the right to issue an order to other than the lowest priced quote. Past Performance: Quotations must provide references concerning similar projects in size and scope perform ed by the firm within the last 3 years. (x) The provision at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items applies to this solici tation. The contractor shall return a completed copy of these provisions with its quotation, or a statement may be furnished declaring that online representations are current on the ORCA website. A copy of the provision may be attained from http://www.ar net.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. (xiii) (a.)It is preferred that a local company or a company in partnership with a local company be awarded this contract due to its nature as defined in the scope of work. (b.) Site Inspection. All parties wishing to submit a quote are encouraged to make a site inspection prior to quote submittal. Site visits can be arranged Monday through Friday from 8:00 am to 4:00 pm by contacting resource manager Ray Nelson at (218) 692-2025. The following clauses apply to this solici tation: 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contractwith the following text added under section a) The Government may extend the term of this contract by written notice to the Contr actor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension; 52.219-1 Alt 1 , Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222.21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52. 222-36, Affirmative Action for Workers with Disabilities; 52-222-41, Service Contract Act of 1985, as AmendedWage determinations applicable to this contract are available in Addendum II. 52.222.42 Statement of Equivalent Rates for Federal Hireswith the f ollowing text added Park Attendant (aide) GS 5; 52.223-6, Drug-Free Workplace; 52.225-13, Restrictions on Certain Foreign Purchases; 52.228-16 Alt 1, Performance and Payment BondsOther Than Construction (November 2006)  Alternate Iwith the following i nformation added bond required in the amount of $5,000.00 due to the Contracting Officer at least one week prior to starting work. Army regulations require contractors who collect fees to be fully bonded to protect the Government against theft, misapprop riation, or loss of Government funds under control of the contractors. One week prior to the start of work, the contractor is required to furnish to the Contracting Officer proof of a bond in the amount of $5,000.00. The contractor may furnish a CD, cert ified or cashiers check, bank draft, post office money order, or currency equal to the amount aforementioned in place of a bond. The cost of securing the bond should be included in the quote provided to the Government; 52.232-33, Payment by Electronic Fu nds Transfer Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.245-4, Government Property (Short Form); 52.252-6, Authorized deviations in Cla uses; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Required Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; 25 2.204-7006, Billing Instructions; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003, Electronic Submission of Payment Reques ts; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications. (xiv) The Defense Priorities and Allocations System (DPAS) is n ot applicable to this acquisition. (xv) Numbered Note 1 applies to this acquisition. (xvi) Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 03:00 PM CST, 28 February 2007. Faxed or emailed qu otes are acceptable. (xvii) The assigned Contract Specialist is Richard J. Pecoraro. Mister Pecoraro may be reached at Richard.J.Pecoraro@usace.army.mil, by phone at (651)290-5422, or by fax (651)290-5706. Requests for a complete copy of the solicitatio n, Addendum I - Scope of Work, and Addendum II - Wage Determination should be made to Richard J. Pecoraro. Potential quoter must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01228728-W 20070210/070208223420 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.