Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
SOLICITATION NOTICE

F -- BPA for Thin Section Preparation - 1447

Notice Date
6/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, National Centers Servicing Unit, Fort Worth Federal Center, Building 23, 501 Felix Street, Fort Worth, Texas, 76115, United States
 
ZIP Code
76115
 
Solicitation Number
AG-7482-S-12-0004
 
Archive Date
7/28/2012
 
Point of Contact
George Darin Wilson, Phone: 8175093503, Dorene G. Garcia, Phone: 817-509-3521
 
E-Mail Address
george.wilson@ftw.usda.gov, dorene.garcia@ftw.usda.gov
(george.wilson@ftw.usda.gov, dorene.garcia@ftw.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 13.3 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. The solicitation number is AG-7482-S-12-0004 and this solicitation is being issued as a Request for Proposal. This acquisition will be Total Small Business set aside under the North American Industry Classification System Code (NAICS) 541380, size standard 14.0 Million. PURPOSE The Natural Resources Conservation Service (NRCS) National Soil Survey Center (NSSC) in Lincoln, Nebraska characterizes soil samples for the Soil Survey Program for their chemical, physical, and mineralogical properties. One process that allows soil scientists to interpret certain properties of a soil is the examination of thin sections from soil clods. The NSSC does not have the capability to prepare thin sections from soil clods and depend on an outside vendor to provide these services. As a result, soil clods need to be shipped to a vendor so a thin section can be prepared and returned for study. The contractor shall provide the following service: GENERAL INFORMATION White markings or heavy duty staples are placed on the top of each soil clod to indicate orientation. The soil clods are about the size of a person's fist and may contain a coating of saran on the outside. The section should be cut from the inside free of saran. The soil clods after trimming do not need to be returned to the NSSC. REQUIREMENTS 1. Provide thin sections of soil clods mounted on a slide so they can be viewed under a microscope. 2. The thin sections will be prepared to 20-30 µm thickness. Quartz grains should exhibit pale yellow to white Interference colors between crossed polarizers. 3. Slides need to be labeled with the sample number provided By the NSSC on the soil clod that is shipped. 4. An invoice should accompany the shipment of thin sections back to the NSSC indicating the thin sections returned and referencing the Purchase Order number and the specific type of work performed. 5. Horizontal orientation is the default. At times, vertical orientation may be requested. Orientation needs to be indicated on the slide. 6. Standard size of thin sections slides will be 27 x 46 mm. 7. Occasional size of thin sections slides will be 2 x 3 inch. 8. Vacuum impregnation. 9. Clear epoxy. 10. Non-removable cover glass for each slide. 11. All samples are water sensitive and should be ground in oil. 12. Normally, a 4 week turnaround is requested once samples are received from the NSSC. Delivery date to be determined at the time of order. 13. Thin sections and billets to be returned together. The Contracting Officer has determined that a Blanket Purchase Agreement (BPA) may be the most advantageous method for procuring this requirement. A BPA arrangement will involve the previous requirements in addition to the following: The BPA will be written for a period of 3 years. During this period the government is only obligated for actual purchases made under the BPA. This BPA has a minimum of $100 per order and maximum of $5,000.00 per order and a total dollar limitation not to exceed $40,000 during this three (3) year period. The Contracting Officer must approve the price lists your company submits prior to establishing the BPA. The pricing and agreement will be reviewed on an annual basis. All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the BPA. CCR can be accessed at https://www.bpn.gov. Prior to BPA award, your company must be registered in CCR. All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information. Company name, Company address, Company telephone number, Line of business, Chief executive officer/key manager, Date the company was started, Number of people employed by the company, Company affiliation. The NRCS will award Blanket Purchase Agreements resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and the requirements of the Statement of Work (SOW), are the best value to the Government. The following factors shall be used to evaluate offers: Technical Capability, Price list and Past Performance. The proposals may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Proposal number & date 4) Completed Price list 5) Timeframe that the price list is valid. This must be stated on the price list. 6) Description of service offered to clearly show service meets or exceeds the technical performance requirements set forth in this solicitation. 7) Name, telephone and contact information of 3 prior customers. PRICING Price Each Thin Sections-Slide Size 27 x 46mm (Cover Slip) ___________ Thin Sections-Slide Size 2" x 3" (Cover Slip) ___________ Impregnation (Epoxy Resin) double epoxy ___________ Grinding in Oil (Water-Sensitive Material) ___________ Extra Cutting ___________ Rush Charges (2 Week turn around) ___________ ALL PRICES ARE TO BE FOB DESTINATION. TERMS AND CONDITIONS 1. The Contractor agrees to the following terms and conditions: a. Furnish sufficient labor, materials, transportation, equipment, tools, operating supplies, and incidentals to complete the work as specified in each order in accordance with the aforementioned requirements. All orders placed against this agreement are subject to the terms and conditions of this agreement. b. Provide a sufficient number of qualified personnel to perform the services according to the delivery schedule specified in each order. c. Request deviations from the specifications of this BPA in writing. Approval or disapproval of these requests will be in writing from the Contracting Officer. F. ADMINISTRATIVE INFORMATION a. Administration: This agreement will be administered by the organization listed below: U.S. Department of Agriculture Natural Resources Conservation Service National Center Servicing Unit 501 W. Felix Street Fort Worth, Texas 76115 b. Points of Contact: Contracting Office: U.S. Department of Agriculture Natural Resources Conservation Service National Center Servicing Unit 501 W. Felix Street Fort Worth, Texas 76115 Prime: To be named on the order G. FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. The following FAR clauses apply to this agreement (full text may be found at http://www.acqnet.gov/far/index.html). FAR 52.213-4 Terms and Conditions Simplified Acquisitions (Other than Commercial Items). (MAR 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (v) 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). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (ii) 52.232-1, Payments (Apr 1984). (iii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iv) 52.232-11, Extras (Apr 1984). (v) 52.232-25, Prompt Payment (Oct 2008). (vi) 52.233-1, Disputes (July 2002). (vii) 52.244-6, Subcontracts for Commercial Items (Jan 2011). (viii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Oct 2010) (41 U.S.C. 35-45) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35,Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) (applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) (applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands.) (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2011) (E.O. 13423) (Applies to services performed on Federal facilities). (viii) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR® Program or Federal Energy Management Program (FEMP) will be- (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.) (ix) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000). (x) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (xi) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (Sept 1989) (Applies to fixed-price supplies). (iii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States.) (iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acqnet.gov/far/index.html (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (FAC 2005-55) FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 Oder Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $5000.00; (2) Any order for a combination of items in excess of $40,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NBMC/AG-7482-S-12-0004/listing.html)
 
Place of Performance
Address: 100 Centennial Mall North, Rm 152, MS 41, Lincoln, Nebraska, 68508, United States
Zip Code: 68508
 
Record
SN02781466-W 20120622/120621000253-db29d471f22c5c16cdd2356bd9d052f0 (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.