Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
SOLICITATION NOTICE

R -- Safety Inspection Services - Statement of Work

Notice Date
11/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-11-Q-P0355
 
Archive Date
1/4/2011
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236, Nancy C. Scott, Phone: (315) 764-3260
 
E-Mail Address
patricia.white@dot.gov, nancy.scott@dot.gov
(patricia.white@dot.gov, nancy.scott@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
USDOL Wage Determination Statement of Work - Safety Inspection Contractor This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number DTSL55-11-Q-P0355 is issued as a request for quotation/proposal. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. The applicable NAICS code is 541990 and the size standard is $7.0M. This procurement is a total small business set-aside. The Saint Lawrence Seaway Development Corporation (SLSDC) requires the services of a Safety Inspection firm to monitor several on-site projects from January 2011 through March 2011. See attached Statement of Work for duties and responsibilities. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (June 2008) applies to this acquisition. Evaluation of Offers - The Corporation will award a contract resulting from this solicitation to the responsible offeror whose offer provides the best value to the Corporation based on the following factors: Experience and qualifications of personnel who will be assigned to the project; price and cost breakdown; experience of the Safety Inspection Contractor on projects having similar requirements; and understanding of technical requirements. Offerors are also required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2010), with its offer. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov (see below), only paragraph (b) of this provision needs to be completed and submitted if the offeror has any exceptions to the applicable paragraphs of the provision. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (JUNE 2010) is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2010) are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside Alternate I; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222.41, Service Contract Act; 52.222-42, Statement of Equivalent Rates for Federal Hires (Safety Specialist - $27.51 per hour); 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addendum - Additional FAR Clauses applicable to this solicitation: 52.204-4, Printing or Copied Double-Sided on Recycled Paper (AUG 2000); 52.204-7, Central Contractor Registration (APR 2008); 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (FEB 2007). Response date for receipt of offers is by COB 4:30pm, Monday, December 20, 2010. Proposals may be emailed to Patricia.White@dot.gov or mailed/delivered to 180 Andrews Street, PO Box 520, Massena, NY 13662. All responsible offerors may submit a proposal which shall be considered by the Saint Lawrence Seaway Development Corporation. Questions regarding this acquisition are to be directed to Patricia White, Contracting Officer, (315) 764-3236 or by email to the address above. Offerors must be registered in the Central Contractor Registration database to be eligible for award. Register at www.ccr.gov. In conjunction with CCR registration, offerors shall complete their representations and certifications on-line at http://orca.bpn.gov. Full text of FAR clauses and provisions may be accessed electronically at https://www.acquisition.gov/Far/. Offerors are encouraged to check the FedBizOpps website periodically for any modifications to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-11-Q-P0355/listing.html)
 
Place of Performance
Address: Various Corporation Facilities, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN02335667-W 20101202/101130234333-820ebfc3245c33e0c337b6e2a294a7fc (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.