SPECIAL NOTICE
S -- Armed Guard Service for Utah
- Notice Date
- 8/15/2007
- Notice Type
- Special Notice
- NAICS
- 561612
— Security Guards and Patrol Services
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Ag-6395-S-07-0055
- Response Due
- 8/29/2007
- Archive Date
- 9/25/2007
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial services contract. (iv) This requirement is a small business set aside. The NAICS Code is 561612. The small business size standard is $17 million dollars or less. (v) This requirement is for The United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), National Wildlife Research Center which requires a contract for armed guard/security services at their Logan Field Station facility located at the Millville Research Site, 600 East 4100 South Cache County, Millville, Utah. The U.S. Department of Agriculture's National Wildlife Research Center (NWRC) is the federal institution devoted to resolving problems caused by the interaction of wild animals and society. The Center applies scientific expertise to the development of practical methods to resolve these problems and to maintain the quality of the environments shared with wildlife. (vi) REQUIREMENT AND QUANTITIES: This requirement consists of five (5) line items to perform the services described in this solicitation. SEE ATTACHMENT 1, Section A for the line items and pricing schedule. (vii) The period of performance for this contract includes a base year with the option to extend the contract for an additional four (4) years. (viii) STATEMENT OF WORK: The statement of work is attached to this combined synopsis/solicitation. SEE ATTACHMENT 1, Section B - Statement of Work. (ix) The provisions and clauses incorporated into this solicitation document are incorporated by reference and 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 AGAR clauses can be accessed on the Internet at http://www.arnet.gov/far/ and www.usda.gov/procurement/policy/agar.html. (x) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xi) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. All evaluation factors other than cost and fee, when combined, are significantly more important than price. Technical capability and past performance are equal in comparison to price. The factors used to evaluate offers are provided in ATTACHMENT 1, Section C. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. (xii) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xiii) The provision at 52.217-5 Evaluation of Options applies to this acquisition. (xiv)The provision at 52.237-1 Site Visit applies to this acquisition. Any site visits MUST be done prior to submission of quotes by making an appointment with John Shivik by calling (435) 797-1348. Following are the hours for the site visits: Monday, August 20th at 9:00 a.m. Thursday, August 23rd at 1:00 p.m. (xv) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xvi) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6-Restrictions on Subcontractor Sales to the Government, Alt I; 52.219-6-Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14-Limitations on Subcontracting; 52.222-3-Convict Labor; 52.222-19-Child Labor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35-Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-37-Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39-Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5-Trade Agreements; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer-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; 52.222-41, Service Contract Act of 1965. The wage determination is being provided with this combined synopsis/solicitation as an attachment; 52.222-42-Statement of Equivalent Rates for Federal Hires; 52.222-43-Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (xvii) The clause at 52.204-2-Security Requirements applies to this acquisition. (xviii) The clause at 52.217-8 Option to Extend Services applies to this acquisition. The contracting officer may exercise the option by written notice to the contractor within 30 days prior to contract expiration. (xix) The clause at 52.217-9 Option to Extend the Term of the Contract applies to this acquisition. [(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to 30 days prior to contract expiration.] (xx) The clause at 52.228-5 Insurance-Work on a Government Installation applies to this acquisition. (xxi) The clause at 52.237-2 Protection of Government Buildings, Equipment, and Vegetation applies to this acquisition. (xxii) The AGAR clause at 452.228-71 Insurance Coverage applies to this acquisition. (xxiii) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:00 PM Central Time, August 29, 2007. Please reference the quote number on your documents. Quotes may be submitted via postal mail or by facsimile. Emailed quotes are not acceptable. (xxiv) The assigned Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at Corinne.nygren@aphis.usda.gov, (612) 336-3235 or by fax at (612) 370-2106. (xxv) Quotes should be of sufficient detail to determine their adequacy. If an offeror's quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. As a minimum, offerors must submit the following to the Contract Specialist to be considered responsive and have a complete quote: 1) Price Schedule Line Items completed with price. All overhead and ancillary costs associated with the requirement will be assumed by the Contractor, and should be factored into the quote. 2) Signature of the offeror on the page which lists the price. 3) The required documentation and a detailed narrative of your company which addresses how your company's service meets the evaluation factors outlined in this solicitation. See the technical capability and past performance evaluation factors described in ATTACHMENT 1 - Section C. 4) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line.
- Place of Performance
- Address: 600 East 4100 South Cache County, Millville, UT
- Zip Code: 84322
- Country: UNITED STATES
- Zip Code: 84322
- Record
- SN01373126-W 20070817/070815220319 (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 |