Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2010 FBO #3056
SOLICITATION NOTICE

W -- Charter boat for the Yuma Area Office Outreach River Reviews.

Notice Date
4/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office Attn: Veronica Rodriguez -- 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R10PS34135
 
Response Due
4/12/2010
 
Archive Date
4/5/2011
 
Point of Contact
Veronica Rodriguez, (928) 343-8266 Purchasing Agent 9283438266 vrodriguez@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial supplies prepared in accordance with the format in Subpart 12.603 as supplemented with additional information included in this notice. However, Request for Quote (RFQ) R10PS34135 will be issued simultaneously with this announcement to facilitate receipt of electronic proposals. The RFP is issued under Simplified Acquisition Procedures (SAP), and is 100% set-aside for small businesses; however, large businesses are encouraged to quote in the event that small businesses are rendered as non-compliant. The associated North American Industrial Code System code for this solicitation is 487210 and the small business size standard is $7.0 Million. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Bid Schedule The Contractor shall furnish the following: CLIN 0001- Qty: 1. - Charter Boat for Outreach River Review for May 3 - May 6, 2010. The boat shall be able to transport up to 25 River Review participants up the Colorado River (from Squaw Lake to Hoover Dam) for approximately three (3) days. See attached Statement of Work, Draft Itinerary and Lodging information. CLIN 0002 - Qty: 1 Charter Boat for Outreach River Review for October 4 - October 7, 2010. The boat shall be able to transport up to 25 River Review participants up the Colorado River (from Squaw Lake to Hoover Dam) for approximately three (3) days. See attached Statement of Work, Draft Itinerary and Lodging information. Vendors are reminded that effective October 1, 2003; prospective vendors must be registered in the Central Contractor Registration (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS Number or CAGE Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the solicitation. Offerors shall include a completed copy of the FAR provision at 52.212-03, Offeror Representations and Certifications - Commercial Items, with its offer, or be registered at www. ORCA.bpn.gov. After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-39. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://farsite.hill.af.mil/vffara.htm The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items (March 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010), the referenced clauses: (1)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) ;(2) 52.219-28, Post Award Small Business Program Representatives (Apr 2009); (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O.13126); (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (6) 52.222-26, Equal Opportunity (Mar 2007) (E.O.11246); (7) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); (8) 52.225-1, Buy American Act-Supplies (June 2003) (9) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008). Other applicable provisions: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. CONTRACT CLAUSES IN FULL TEXT: FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (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. The following factor shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement. (ii)Past Performance(iii)Price Technical and past performance when combined, are significantly more important than price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. INSTRUCTIONS FOR SUBMISSION OF QUOTE Each offeror shall submit a technical discussion and a price quote. The technical discussion is required for technical evaluation in accordance with the instructions contained in this provision. (a)Technical Compliance: The technical discussion shall be separate from the price quote and shall be an orderly, specific, and complete document in every detail. It should be presented in a manner which allows it to "stand alone" without the need to reference other documents. It should convincingly describe the qualifications of the offeror's organization to participate in this project and effectively demonstrate a thorough understanding of the statement of work contained in the attached Request for Quote (RFQ). The discussion shall be organized and written so that it can be easily read and meaningfully evaluated by Reclamation personnel from a variety of functional and technical disciplines. It should be a coherent document free of internal inconsistencies as well as inconsistencies with other sections of the quote. Technical should include descriptive literature of the boat captain's familiarity with the Colorado River from Imperial Dam to Hoover Dam including road access, docks, boat ramps/launches and related surface routes for the Colorado River shown on the typical itinerary. Additionally, driver shall have knowledge and familiarity with major arteries between Yuma, Arizona and Las Vegas, Nevada. (b)Past Performance. The offeror shall demonstrate the firm's relevant satisfactory past performance to those listed in the Statement of Work, that was completed within the last three years, and in which the firm performed the work. Include only work for which the firm was entirely responsible for providing the labor facilities, equipment and material. Past performance with respect to similar and/or relevant projects shall be presented in tabular form and shall include: name of agency or commercial customer; initial contract amount and final contract amount: any problems encountered in performance of the work and corrective actions (s) taken; name(s) and telephone numbers(s) of references from the acquiring agency or customer who may be contacted for further information. At a minimum, responsible sources shall provide the following: a price quote on letterhead for each of the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, DUNS Number, and CAGE Code. Any questions with regard to this requirement shall be addressed to the Purchasing Agent identified elsewhere on the solicitation/award document. This announcement will close at 3:00 PM, local time, on April 12. The point of contact is Ms. Veronica Rodriguez, Purchasing Agent who can be reached at 928-343-8266. Offerors shall submit their quotes either via email to vrodriguez@usbr.gov or facsimile, 928-343-8568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/68b88c8d068616f7e5eb57b85ef315e7)
 
Place of Performance
Address: Yuma, AZ; Lake Havasu City, AZ; Blythe, CA; Laughlin, NV
Zip Code: 85364
 
Record
SN02112245-W 20100407/100405234208-68b88c8d068616f7e5eb57b85ef315e7 (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.