Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
SOLICITATION NOTICE

R -- MINE & MILL COST ESTIMATION DATA

Notice Date
6/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Interior, Bureau of Land Management, National Centers Region, L OC-NOC SVC & SUPPLIES SEC(OC663)DENVER FEDERAL CENTERDENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L09PS00682
 
Response Due
6/25/2009
 
Archive Date
7/25/2009
 
Point of Contact
Stanley A. Snodgrass
 
Small Business Set-Aside
Total Small Business
 
Description
In accordance with the Federal Acquisition Regulation (FAR) subpart 12.603(c)(2), Streamlined solicitation for commercial items, the following COMBINED SYSNOPSIS/SOLICITATION is issued. (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation L09PS00682 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. (iv) This acquisition is a total set-aside for small business. The North American Industry Classification System (NAICS) code is 541330, and the small business size standard is $4.5 million. (v) This will be a firm fixed-price contract for the Bureau of Land Management with the following line items: CLIN 0001 Base Year - 150 copies of mine and mill cost estimation data for the United States (including Alaska but excluding Hawaii) and Canada with the minimum categories and content as described in the Statement of Work. Data shall be updated quarterly and provided in a CD-ROM format. Initial delivery shall be within 60 days of contract award date. CLIN 0001A Second quarterly data update in CD-ROM format. CLIN 0001B Third quarterly data update in CD-ROM format. CLIN 0001C Fourth quarterly data update in CD-ROM format. CLIN 0001D Optional Item 1. Additional copies for the BLM, to include quarterly updates. CLIN 0001E Optional Item 2. Additional copies for the National Park Service, to include quarterly updates. CLIN 0001F Optional Item 3. Additional copies for the U. S. Forest Service, the U. S. Department of Agriculture, to include quarterly updates. CLIN 0001G Optional Item 4. Online access, priced per subscriber, up to 150 subscribers. CLIN 0001H Optional Item 5 Additional data of salary and/or compensation information. CLIN 0001I Optional Item 6. Online training. CLIN 0002 Option Year 1: 150 copies of mine and mill cost estimation data for the United States (including Alaska but excluding Hawaii) and Canada with the minimum categories and content as described in the Statement of Work. Data shall be updated quarterly and provided in a CD-ROM format. Delivery shall be within 60 days of beginning of option period. CLIN 0002A Second quarterly data update in CD-ROM format. CLIN 0002B Third quarterly data update in CD-ROM format. CLIN 0002C Fourth quarterly data update in CD-ROM format. CLIN 0002D Optional Item 1: Additional copies for the BLM, to include quarterly updates. CLIN 0002E Optional Item 2: Additional copies for the National Park Service, to include quarterly updates. CLIN 0002F Optional Item 3: Additional copies for the U. S. Forest Service, the U. S. Department of Agriculture, to include quarterly updates. CLIN 0002G Optional Item 4: Online access, priced per subscriber, up to 150 subscribers. CLIN 0002H Optional Item 5: Additional data of salary and/or compensation information. CLIN 0002I Optional Item 6: Online training. CLIN 0003 Option Year 2: 150 copies of mine and mill cost estimation data for the United States (including Alaska but excluding Hawaii) and Canada with the minimum categories and content as described in the Statement of Work. Data shall be updated quarterly and provided in a CD-ROM format. Delivery shall be within 60 days of beginning of option period. CLIN 0003A Second quarterly data update in CD-ROM format. CLIN 0003B Third quarterly data update in CD-ROM format. CLIN 0003C Fourth quarterly data update in CD-ROM format. CLIN 0003D Optional Item 1: Additional copies for the BLM, to include quarterly updates. CLIN 0003E Optional Item 2: Additional copies for the National Park Service, to include quarterly updates. CLIN 0003F Optional Item 3: Additional copies for the U. S. Forest Service, the U. S. Department of Agriculture, to include quarterly updates. CLIN 0003G Optional Item 4: Online access, priced per subscriber, up to 150 subscribers. CLIN 0003H Optional Item 5: Additional data of salary and/or compensation information. CLIN 0003I Optional Item 6: Online training. CLIN 0004 Option Year 3: 150 copies of mine and mill cost estimation data for the United States (including Alaska but excluding Hawaii) and Canada with the minimum categories and content as described in the Statement of Work. Data shall be updated quarterly and provided in a CD-ROM format. Delivery shall be within 60 days of beginning of option period. CLIN 0004A Second quarterly data update in CD-ROM format. CLIN 0004B Third quarterly data update in CD-ROM format. CLIN 0004C Fourth quarterly data update in CD-ROM format. CLIN 0004D Optional Item 1: Additional copies for the BLM, to include quarterly updates. CLIN 0004E Optional Item 2: Additional copies for the National Park Service, to include quarterly updates. CLIN 0004F Optional Item 3: Additional copies for the U. S. Forest Service, the U. S. Department of Agriculture, to include quarterly updates. CLIN 0004G Optional Item 4: Online access, priced per subscriber, up to 150 subscribers. CLIN 0004H Optional Item 5: Additional data of salary and/or compensation information. CLIN 0004I Optional Item 6: Online training. CLIN 0005 Option Year 4: 150 copies of mine and mill cost estimation data for the United States (including Alaska but excluding Hawaii) and Canada with the minimum categories and content as described in the Statement of Work. Data shall be updated quarterly and provided in a CD-ROM format. Delivery shall be within 60 days of beginning of option period. CLIN 0005A Second quarterly data update in CD-ROM format. CLIN 0005B Third quarterly data update in CD-ROM format. CLIN 0005C Fourth quarterly data update in CD-ROM format. CLIN 0005D Optional Item 1: Additional copies for the BLM, to include quarterly updates. CLIN 0005E Optional Item 2: Additional copies for the National Park Service, to include quarterly updates. CLIN 0005F Optional Item 3: Additional copies for the U. S. Forest Service, the U. S. Department of Agriculture, to include quarterly updates. CLIN 0005G Optional Item 4: Online access, priced per subscriber, up to 150 subscribers. CLIN 0005H Optional Item 5: Additional data of salary and/or compensation information. CLIN 0005I Optional Item 6: Online training. The contract will provide for a base year and four option years. Offerors shall include firm fixed pricing for all CLINS for the base year and for the same CLINS for each of the four option years. (vi) As part of its mission to evaluate mining claims and mines, the BLM has a requirement for cost data and financial information to be used to estimate the costs of mining, milling, processing, and reclaiming mining claims. Such data shall be collected regionally and include (1) cost indexes, (2) labor and benefit costs relating to mining, (3) modeled costs for representative surface, and underground mines and mills, (4) modeling of surface mine facilities, (5) electric power costs, (6) costs for mine and mill supplies, and routine services, (7) cost information for reclamation supplies and related routine services, (8) surface mining equipment, underground mining equipment, (9) milling equipment, (10) miscellaneous equipment, (11) smelting cost information, (12) Federal, State and Provincial income, property, royalty, and other applicable tax information, (13) transportation cost information, and (14) referrals to suppliers. This synopsis/solicitation incorporates a Statement of Work which contains additional detailed requirements for the data. (vii) The first 150 copies of the CD-ROM shall be delivered within 60 days following the contract award date. Delivery shall be in quantities and to offices as specified by the Contracting Officers Representative. Delivery shall be in accordance with standard commercial practice and in a manner that will insure arrival at destinations in a satisfactory condition. Delivery shall be FOB destination. All delivery locations are within North America. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies with the following additional information as to evaluation factors (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) technical capability of the items offered to meet the Government requirement, (2) price, and (3) past performance. Technical and past performance, when combined, are more important when compared to price. Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government. Past performance information may be based on the Government knowledge of and previous experience with the offeror, or other reasonable basis. The Government may reject any or all quotes, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all offerors. (x) Provision 52.212-3, Offeror Representations and Certifications -Commercial Items, shall be completed and submitted with the quote, as noted below. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, https://orca.bpn.gov/login.aspx, the offeror shall complete and submit a hard copy with their quote. Otherwise, the ORCA submission is sufficient. (xi) Provision 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. There are no addenda to this provision. (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition with the following FAR clauses cited as applicable to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. (xiii) There are no additional clauses, or terms and conditions to this contract. The Statement of Work is Attachment 1 to this contract and incorporated into the contract. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) Numbers notes are not applicable. (xvi) Quotations shall be submitted no later than June 25, 2009, at 5 p.m. Mountain Time. Quotations may be mailed to Bureau of Land Management, National Operations Center, OC663, Denver Federal Center, Building 50, P. O. Box 25047, Denver CO 80225-0047, or e-mailed to Cheryl_Flanagan@blm.gov, or facsimiled to 303-236-9470 to the attention of Cheryl Flanagan, contract specialist. (xvii) For information regarding the solicitation, contract Cheryl Flanagan, contract specialist, at 303-236-3534.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L09PS00682/listing.html)
 
Record
SN01842189-W 20090613/090611235253-1a0d9ade420b4ed6db0115a910fb6e11 (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.