DOCUMENT
W -- Rental of Airboat Services - Clauses & SOW
- Notice Date
- 2/11/2009
- Notice Type
- Clauses & SOW
- NAICS
- 483212
— Inland Water Passenger Transportation
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
- ZIP Code
- 71302
- Solicitation Number
- AG-7217-S-09-0019
- Point of Contact
- Vicki Supler,, Phone: 318-473-7645
- E-Mail Address
-
vicki.supler@la.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; porposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The USDA Natural Resources Conservation Service in Louisiana intends to award multiple Blanket Purchase Agreements (BPA's) to small business sources capable of providing airboat services for NRCS offices in order to perform field reconnaissance, surveying, construction stakeout and checks, and inspection activities to support coastal restoration activities throughout areas along the Louisiana Coast. The coastal areas extend from the Texas border to the Mississippi border and south of a line extending along Interstate 10 and Interstate 12. Offerors shall possess a working knowlege of the Louisiana coastline, including launch and fuel sites. This is a Total Small Business Set Aside. The applicable NAICS code is 483212, with a business size standard of $500M. The contractor shall furnish all airboat services according to the specifications incorporated in the solicitation. A normal workday will be 10 hours which could vary from 6:00 a.m. to 6:00 p.m. depending on the schedule established by the NRCS. Airboat operators shall have a minimum of 2 years experience operating airboats in the anticipated conditions and areas as specified in the statement of work. The NRCS envisions entering into Multiple Blanket Purchase Agreements (BPA's) with qualified offerors capable of providing airboat services. A BPA is a method of filling anticipated needs. It is not a contract. The Government is not obligated to place any orders nor is the vendor obligated to accept any orders. For each work assignment, the Government will request airboat services through the issuance of a BPA call order from those firms that have been awarded BPA's. Individual call orders shall be submitted in accordance with the terms agreed to in the BPA's. Government personnel authorized to place call orders under the BPA will be identified on the BPA's by name and telephone number. The contractor will be expected to furnish the services in accordance with the terms and conditions of the BPA, without the need for additional paperwork beyond the Statement of Work that accompanies the order. Timely delivery of airboat services is crucial to the suceess of NRCS programs. Call orders are to be completed as stipulated in each call. If the contractor is unable to provide the airboat services in the timeframe identified in the call order, NRCS is to be notified; otherwise, it is expected to receive the service as requested. PERIOD OF PERFORMANCE: Airboat services are being sought for a period of five years with a contract period of March 1, 2009 to September 30, 2014. The BPA will remain in effect until cancelled by either party. STANDARDS AND RESPONSIBILITIES: 1) Operators shall have a minimum of 2 years experience operating airboats in the anticipated conditions and areas as identified in the Statement of Work. 2) Evidence of adquately staffed, trained and equipped staff to handle the work as identified in the Statement of Work. The provisions of FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Offerors must submit a completed copy of the provisions of FAR 52.212-3 - Offerors Representations and Certifications - Commercial Items with their offer. In addition, the provisions of FAR 52.212-4 - Contract Terms and Conditions - Commercial Items and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this solicitation and are attached. EVALUATION PROCEDURES: The following factors shall be used to evaluate offers: 1. Price - each item noted in the attached schedule; 2. Technical Capacity - a narrative of the offeror's ability to provide personnel with education and work experience to perform the work described in the Statement of Work. Ability to perform in a timely manner and in compliance with the performance schedules. 3. Past Performance - Past experience in performing the work described in the Statement of Work, as well as experience in the area proposed. Past performance ratings demonstrating a commitment to customer satisfaction and timely delivery of quality services at fair and reasonable prices. This may include a list of references and letters of recommendation with company seal or logo may be submitted for evaluation purposes. Technical and past performance when combined are, equal to price. CENTRAL CONTRACTOR REGISTRATION: All contractors must be registered with the Central Contractor Registration (CCR) to be awarded a BPA. You may register easily and quickly online at 222.ccr.gov or 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun & Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register online at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. It is advised that you begin this process as soon as possible since it can take several days to complete. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer, may cause rejection of your offer. Interested Offerors wishing to enter into a BPA should reply in writing to the Contracting Officer listed below no later than Thursday, February 26, 2009, at 10:00 a.m. Central Time. Offers should be addressed to the following: United States Department of Agriculture Natural Resources Conservation Service Louisiana State Office ATTN: Vicki L. Supler, Contracting Officer 3737 Government Street Alexandria, LA 71032 Place the solicitation number in the upper left corner of the envelope. Offerors must submit the following to the address noted above: 1. Contractor's Name, Address, Phone, Fax, Email and DUNS number. 2. Return the completed "Schedule" specifying pricing for airboat services. 3. Provide qualification information on key personnel expected to perform the work under the BPA. This information should include years of experience in the proposed area.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3783b2cda2256460132d11ec8503fa94&tab=core&_cview=1)
- Document(s)
- Clauses & SOW
- File Name: Clauses and Statement of Work (BPAClauses&SOW_02-04.pdf)
- Link: https://www.fbo.gov//utils/view?id=25f5bbaffaf23e4993d486cd8b4398f2
- Bytes: 408.11 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Clauses and Statement of Work (BPAClauses&SOW_02-04.pdf)
- Place of Performance
- Address: Coastal Areas of Louisiana, Alexandria, Louisiana, 71302, United States
- Zip Code: 71302
- Zip Code: 71302
- Record
- SN01748984-W 20090213/090211220842-3783b2cda2256460132d11ec8503fa94 (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 |