SOLICITATION NOTICE
Z -- Plant Materials Center - Building Painting - Statement of Work
- Notice Date
- 7/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Hawaii State Office, P.O. Box 50004, Honolulu, Hawaii, 96850-0002
- ZIP Code
- 96850-0002
- Solicitation Number
- AG-9251-RFQ-12-0002
- Point of Contact
- Stephen D. Case, Phone: 8085412600X131
- E-Mail Address
-
stephen.case@hi.usda.gov
(stephen.case@hi.usda.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Statement of Work (1) DESCRIPTION: This requirement is for the United States Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS) Plant Materials Center (PMC) located at 4101 Maunaloa Highway, Hoolehua, Hawaii, Island of Molokai. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. The NRCS is releasing this combined synopsis/solicitation electronically only. This on-line version of the Request for Proposal (RFP) is the official version for this acquisition. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. In cases of conflict between the electronic (on-line) version of this RFP and any downloaded version of the RFP, the on-line RFP prevails. Offerors are encouraged to check the Federal Business Opportunity (FEDBIZOPS) website at http://www.fedbizops.gov for any amendments to this combined synopsis/solicitation. All questions must be in writing and received by the NRCS Contracting Office no later than July 20, 2012. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPPS website. The email address for submission of all questions is stephen.case@hi.usda.gov. All questions must be addressed to the Contracting Officer/Specialist only. Any other official may disqualify the Offeror from submission of a proposal. Combined Synopsis/Solicitation Number AG-9241-RFP-12-0002 is issued as a request for proposal (RFP) and is 100% set aside for Service-Disabled Veteran-Owned Small Business. The award date is expected to be not later than August 15, 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58B & 59. The NAICS code assigned to this acquisition is 238320 "Painting and Wall Covering Contractors" and the size standard is $14,000,000. (2) CONTRACT TYPE- Firm Fixed Price (FFP) (3) PERIOD OF PERFORMANCE: The anticipated period for this award shall be from August 15, 2012 to September 30, 2012. (4) CONTRACTING POINT OF CONTACT: Stephen Case, Contract Specialist USDA / Natural Resources Conservation Service 300 Ala Moana Blvd, Room 4-118 Honolulu, HI 96850-0050 Phone: (808) 541-2600 X131 Fax: (808) 541-2613 Stephen.case@hi.usda.gov (5) PAYMENT/INVOICES Payments will be processed through the National Finance Center (NFC) and electronically deposited into awardees' bank account. (6) AWARD The Government will award a contract resulting from this combined synopsis/solicitation, price and other factors considered, to the responsible Offeror whose offer conforms to this solicitation and is deemed to be most advantageous to the Government. (a) Evaluation Factors - The submitted proposal will be used to make an evaluation and arrive at a determination as to whether the proposal will meet the requirements of the Government. Therefore, the proposal must present sufficient information to reflect a thorough understanding of the requirements and a detailed, description of the techniques, procedures for achieving the objectives of the specifications/statement of work. Proposals which merely paraphrase the requirements of the Government's specifications/statement of work, or use such phrases as "will comply" or "standard techniques will be employed" will be considered unacceptable and will not be considered further. When combined technical capability and past performance are more important than price. (i) Technical capability - ability of the Offeror to meet the Government's requirement (ii) Price - Offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (iii) Past Performance - Offeror must submit past performance documentation of contracts completed and work performed of a similar nature. (b) In accordance with FAR 52.212-1(g), the Government intends to award without discussions. (c) 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.219-27, Notification of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.252-2, Clauses Incorporated By Reference; 52.232-36, Payment By Third Party; and 52.222.41, Service Contract Act. (d)The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is July 30, 2012. All quotes must be received by 5:00 p.m. Hawaii Standard Time. Offerors are reminded to insure your FEDEX or DHL package arrives on time. Any questions pertaining to this solicitation must be addressed to: Stephen.case@hi.usda.gov. The Government reserves the right to award the contract without holding discussions. Offerors shall submit two copies of their quote and the representations and Certifications (FAR 52.212-3) in person or by mail to the following address: USDA/NRCS Attn: Stephen Case 300 Ala Moana Blvd. Room 4-118 Honolulu, HI 96850-0050 Commercial: (808) 541-2600 Fax: (808) 541-2613 (7) STATEMENT OF WORK See attachment (A) Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/HISO/AG-9251-RFQ-12-0002/listing.html)
- Place of Performance
- Address: Hoolehua Plant Materials Center 4101 Maunaloa Highway, Hoolehua, Hawaii, 96729, United States
- Zip Code: 96729
- Zip Code: 96729
- Record
- SN02795503-W 20120708/120706234134-066e693f0c3d15b1d1e111c35585d6a9 (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 |