Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2013 FBO #4162
SOLICITATION NOTICE

S -- Ninemile Janitorial Services - Attachment B - Attachment C - Attachment E - Attachment A - Attachment D - Attachment F

Notice Date
4/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-13-0026
 
Point of Contact
Tina D Mainey, Phone: 406-329-3845, Leo J. Rauch, Phone: (406) 329-3994
 
E-Mail Address
tmainey@fs.fed.us, lrauch@fs.fed.us
(tmainey@fs.fed.us, lrauch@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Reps and Certs Frequency of Basic Services Schedule of Items Eperience Questionnaire Quality Assurance Surveillance Plan Wage Determiniation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. AG-03R6-S-13-0026 is issued as a request for quotation (RFQ) for Janitorial Services for the Lolo National Forest, Ninemile Ranger District. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66A. This acquisition is a total Small Business Set aside and the NAICS code associated with this acquisition is: 561720; small business size standard is $16.5 million. See Attachment A: Schedule of Items JANITORIAL SERVICES FOR NINEMILE RANGER STATION STATEMENT OF WORK The Contractor shall provide all management, tools, equipment, incidentals, and labor necessary to ensure that custodial services are performed at Government offices located at the Ninemile Ranger Station, Huson, Montana, in a manner that will maintain a satisfactory condition and present a clean, neat and professional appearance. The Contractor shall be responsible for the cleanliness and sanitation in areas used for offices and storage in accordance with general commercial practices. PLACE OF PERFORMANCE The Ninemile Ranger Station is located approximately 30 miles west of Missoula, MT Follow Interstate 90 west from Missoula to Exit 81 "historic Ninemile Ranger Station". Follow the signs approximately three miles from the exit, to the historic ranger station. The physical address is: 20325 Remount Road, Huson, MT 59846 SITE VISIT (FAR 52.237-1)(APR 1984) Offerers or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit will be held: Date: 04/18/2013 Time: 10:00 AM Mountain Time Location: Ninemile Ranger Station Please contact Jay Rauch at (406)329-3994 to report the number of persons who will attend the site visit. CONTRACT TIME The Base Contract period shall be from May 1, 2013 to April 30, 2014. Option Period One shall be from May 1, 2014 to April 30, 2015. Option Period Two shall be from May 1, 2015 to April 30, 2016. PERFORMANCE BASED SERVICE CONTRACT This work is being solicited as performance based, commercial item contract. Performance based means the Contractor is responsible for an end product. If an end product is not provided, an adjustment to the payment will be made. A commercial item contract streamlines the terms and conditions to resemble those already used in the everyday marketplace. SERVICE CONTRACT ACT This contract is subject to the Service Contract Act. Please see attached Wage Determination: Wage Determination No.: 2005-2317, Revision No.: 12, Date Of Revision: 06/13/2012. See Attachment B MEASUREMENT AND PAYMENT Submit invoice to COR for the work performed. Payments shall be made for janitorial services which have been satisfactorily provided during that month. Invoice will be reviewed and approved or rejected by the COR within 7 days of receipt of the invoice. Rejected invoices must be corrected and resubmitted. COR will forward the approved invoice to the Contracting Officer who will submit to: USDA, OCFO, COD, APB PO Box 60075 New Orleans, LA 70160 BUILDING SECURITY The Contractor shall be responsible for safeguarding all Government property used or accessed during performance of contract work. At the end of each work period, all Government facilities, equipment and materials shall be secured. The Contractor shall double check all doors nightly. Fans in bathrooms, air conditioners, and other like conveniences shall be turned off. Windows shall be closed and locked. CONTRACTOR PERSONNEL Contractor Employee Qualifications: The Contractor shall employ competent and skilled personnel. The offeror is required to submit a list of personnel who will do the work and the extent of their experience. Prior to a change of personnel, a list shall be submitted with names and their experience to the Contracting Officer for approval. The Contractor shall provide adequate supervision to prevent employees from disturbing papers, computer and terminals on the desks, opening drawers or cabinets or using the telephone except for emergency calls to police or fire departments. The Contractor or employees shall not bring children to the premises while the work is being performed. SAFETY Contractors shall comply with all Federal, State, or Local regulations, laws, codes, and requirements relating to safety. BIOBASED PRODUCTS This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the Federal Biobased Products Preferred Procurement Program (FB4P). In compliance of the United States Department of Agriculture's (USDA) Green Purchasing Affirmative Procurement Program (GPAPP), the Contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, "Strengthening Federal Environmental, Energy and Transportation Management," and the Federal Acquisition Regulation (FAR) to provide bio-based products. The Contractor shall utilize products and material made from biobased materials (e.g.,biobased polishes, biobased cleaning fluids, biobased sanitizers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR). The following is a list of categories for products that may be required for performance of custodial/janitorial and ground maintenance duties. This list is not all inclusive. Each product submitted for use under this contract must be identified with at least one of these categories (some products may be listed under more than one category). Labeling shall be printed on all containers. Janitorial Products All purpose cleaner Degreaser/cleaner Heavy duty cleaner Deodorizer Carpet shampoo Floor finish Gum Remover Floor finish restorer Disinfectant sanitizer Floor sealer Extraction Fluid Furniture polishes Floor stripper Glass cleaner Neutral cleaner (liquid) Grout sealer Spot and stain remover Lime and scale remover (tub & tile cleaner) Air freshener including dispenser Liquid hand soap including dispenser Bathroom cleaner Stainless steel polish Brass polish/cleaner Toilet bowl cleaner Chrome polish/cleaner White board cleaner Cream cleaner Wood floor cleaner Solvent spotter Laundry detergent Biobased products that are designated for preferred procurement under USDA's BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov. For more information regarding the Department of Agriculture Biobased Affirmative Procurement Program go to http://www.biopreferred.gov/ The Contractor should provide data for their biobased products such as biobased content. In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products. The Contractor shall submit with the initial offer as a part of the Site Specific Quality Control Plan a list of biobased products to be acquired, used, installed, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. Additionally, the winning Contractor on each anniversary date of the contract shall compile a complete list of biobased products, including the information above, purchased to carry out the contract requirements. The Contractor shall list volume to be used and total cost for each individual product. This information will be used for reporting purposes. The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification. The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. Within thirty (30) days of contract award, the Contractor shall submit a Biobased Products Operations and Maintenance Plan. This submittal shall be approved by the COR in writing. The Plan must be reviewed and updated annually, and as required by the COR. The Plan must contain and define the following elements: The Contractor's written policy stating its commitment to the use of biobased products, employee health and safety, and sound environmental management practices. Detail on how the Contractor intends to keep abreast of the development and increasing availability of biobased products and how any new or improved products will be incorporated on an ongoing basis into contract performance. Proposed biobased custodial products which must be selected in accordance with the criteria included above. At a minimum, the Plan must identify products by brand name for each of the product types. NOTE: A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category. The product guides which define standard operating procedures for instructing staff in the proper use, storage, and disposal of biobased products; proper maintenance of equipment; and other procedures/instructions to accomplish work under this contract. The Contractor shall provide data on the quantity and dollar values of biobased products used in this contract. The data will be submitted to the COR quarterly. A demonstration of proper use, an effective training program, and technical assistance are essential to the success of the purchase and use of some biobased products that may function differently than a conventional product. GOVERNMENT FURNISHED PROPERTY -Keys, or locks necessary for access to areas requiring work under this contract -Dumpsters for trash and refuse disposal -Storage space for Contractor-furnished cleaning supplies and equipment -Toilet paper and paper towel -Mops and mop buckets -Antibacterial soap -Utilities to operate equipment and water necessary to complete the work. The Contractor shall be responsible for safeguarding all Government property used or accessed during performance of contract work. The Contractor shall limit the use of Government keys to access Government facility for performance of contract work. The Contractor shall not duplicate any keys issued by the Government and shall immediately report to the Contracting Officer any occurrences of lost or duplicated keys. CONTRACTOR'S OBLIGATIONS The Contractor shall notify the Government when Government furnished supplies are low. Government requires a two week advance notice in order to allow time for ordering and receipt of necessary supplies. Supplies listed above are the responsibility of the Government to order, not the Contractor. All equipment utilized in the performance of the work shall be of a quality and type customarily utilized by other contractors engaged in the profession of providing custodial services. The Contractor shall provide and maintain a file with copies of Material Safety Data Sheets (MSDS) for all chemical products used under this contract. This file shall be kept in the building and accessible to the CO at all times. CONTRACTOR QUALITY CONTROL The Contractor is responsible for quality control and management actions to meet the performance requirements and terms of the Contract. The contractor shall prepare, submit, and implement a written quality control plan (QCP) as described below. The Contractor shall ensure that the required services specified in this contract, meet the quality standards outlined in this contract an ensure that the custodial services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas identified in the performance requirements summary. The Quality Control Plan shall include, but not be limited to: 1. Staffing Plan: A plan which includes work schedules for the facility including daily, weekly, monthly, and periodic tasks. The Staffing Plan shall also include the Contractor's staffing levels depicting various job classifications. Individual responsibilities for oversight of the QCP and functions associated with such oversight as well as authority in dealing with Government contracts shall be identified. 2. Inspection System: An inspection system, which shall include all requirements listed in the statement of work and inspections procedures. Specify areas to be inspected, when inspections shall occur, and titles of individuals performing inspections. The QCP shall identify how the Contractor will correct noted deficiencies immediately. Any changes to the inspection systems during the life of the contractor shall be acceptable to the COR. QUALITY ASSURANCE: Assessment Methods: The Government will evaluate the Contractor's performance under this contract in accordance with commercially acceptable practices. Examples of Government surveillance may include: a. Random Government Inspections. b. Customer complaints with verification by the CO. Deduction Methods: The Government will record performance noting any substandard performance. For substandard performance, the Government's preferred course of action will be discussions with the Contractor to make the Contractor aware of the problem, and to effectively prevent any recurrence of substandard performance. The Government may also take the following actions: a. Presentation of a Contract Discrepancy Report requiring a written explanation for substandard performance. b. Require correction or re-performance of the service. See Attachment C: Quality Assurance Surveillance Plan (QASP) GOVERNMENT REMEDIES : The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items (SEP 2005), for contractor's failure to perform satisfactory services or failure to correct non-conforming services. WORK HOURS AND FREQUENCY OF SERVICE : Work Hours are between the hours of 1800 to 0600, excluding Federal Holidays. A weekend day may be substituted for the last workday. Unless otherwise specified for periodic cleaning, basic cleaning services for Main Office, Timber Office, Visitor Center, and Fire Office Buildings shall be performed per the following guidelines: October 1st to March 31st, - once per week April 1 to September 30th - twice per week BASIC CLEANING SERVICES. The contractor shall accomplish all cleaning tasks to meet the requirements of this Statement of Work (SOW) and the Frequency of Basic Services matrix (Attachment D). 1. Maintain Floors. All floors, except carpeted areas, shall be swept, dust mopped, damp mopped, wet mopped, dry buffed, and spray buffed, as needed, to ensure they have a uniform, glossy appearance and are free of dirt, debris, dust, scuff marks, heel marks, other stains and discoloration, and other foreign matter. Baseboards, corners, and wall/floor edges shall also be clean. All floor maintenance solutions shall be removed from baseboards, furniture, trash receptacles, etc. Chairs, trash receptacles, and other moveable items shall be moved to maintain floors underneath these items. All moved items shall be returned to their original and proper position. 2. Remove Trash. All trash containers shall be emptied and returned to their initial location. Boxes, cans and papers placed near a trash receptacle and marked "TRASH" shall be removed. Any obviously soiled or torn plastic trash receptacle liners shall be replaced. The trash shall be deposited in the nearest outside trash collection container. Trash receptacles shall be left clean, free of foreign matter, and free of odors. 3. Clean Interior Glass/Mirrors. Clean all interior glass, including glass in doors, partitions, walls, display cases, directory boards, etc. 4. Clean Drinking Fountains. Clean and disinfect all porcelain and polished metal surfaces, including the orifices and drain, as well as exterior surfaces of fountain. Drinking fountains shall be free of streaks, stains, spots, smudges, scale, and other obvious soil. 5. Clean Stairways. All floor surfaces shall be cleaned in accordance with standard commercial practices. Grease and grime shall be removed from stair guards, handrails, and baseboards. 6. Vacuum Carpets. Vacuum carpeted areas. After vacuuming, the carpeted area shall be free of all visible dirt, debris, litter and other foreign matter. Any spots shall be removed by carpet manufacturer's approved methods as soon as noticed. 7. Clean Carpets. Spot clean or shampoo dirty carpets over an area of 2 square feet or less. Spots must be removed immediately. 8. Vacuum and Clean Floor Mats. Vacuum and clean interior and exterior floor mats. After vacuuming or cleaning, mats shall be free of all visible lint, litter, soil and other foreign matter. Soil and moisture underneath mats shall be removed and mats returned to their normal location. 9. General Spot Cleaning. Perform spot cleaning on a continual basis. Spot cleaning includes, but is not limited to removing, or cleaning smudges, fingerprints, marks, streaks, spills, etc., from washable surfaces of all walls, partitions, vents, grillwork, doors, door guards, door handles, pushbars, kickplates, light switches, temperature controls, and fixtures. 10. General Dusting. Perform in accordance with standard commercial practices. 11. Clean and Disinfect Restrooms. Completely clean and disinfect all surfaces of sinks, toilet bowls, urinals, lavatories, dispensers, plumbing fixtures, partitions, dispensers, doors, walls, and other such surfaces, using a germicidal detergent. Work shall be done in accordance with standard commercial practices. 12. Descale Toilet Bowls and Urinals. Descaling shall be performed monthly as a minimum and as often as needed to keep areas free of scale, soap films, and other deposits. After descaling, surfaces shall be free from streaks, stains, scale, scum, urine deposits, and rust stains. 13. Stock Restroom Supplies. Contractor shall ensure restrooms are stocked sufficiently so that supplies including soap for the soap dispensers do not run out. Supplies shall be stored in designated areas. No overstocking shall be allowed. If supplies run out prior to the next service date, contractor shall refill within one (1) day of notification. PERIODIC CLEANING SERVICES. 1. Strip, Scrub, Seal, and Wax Floors. Strip, scrub, seal, and wax floors as necessary to maintain a uniform glossy appearance. A non-skid wax is required. A uniform glossy appearance is free of scuffmarks, heel marks, wax build-up, and other stains and discoloration. 2. Clean Interior Windows. Clean all glass surfaces in accordance with standard commercial practices. 3. Clean Exterior Windows. Windows are the glass surfaces that are an integral part of the outer wall of the building. Exterior window glass, remove storm windows, shall be washed. No visible streaks will be apparent. All water spots to be wiped from sills and frames. 4. Clean/Shampoo Carpets. All carpets shall be cleaned in accordance with standard commercial practices. Stationary furniture shall not be moved to facilitate shampooing. Shampoo carpets at least twice annually. See Attachment D: Frequency of Basic Services QUOTE SUBMISSION Offers/Quotes are due at the Western Montana Acquisition Zone, US Forest Service, Building 24 - Fort Missoula, Missoula, MT 59804 by Thursday, April 25, 2013 at 4:00 MST. Submit quotes Attn: Tina Mainey, WMAZ, Bldg 24 - Fort Missoula, Missoula MT 59804 You may also e-mail your quote to: tmainey@fs.fed.us See Attachment A: Schedule of Items for Quote submission. Notes: Quotes are required on all items including the Base Period, Option Period One, and Option Period Two, to be considered for award. Only quotes to the nearest cent will be accepted. In order to be eligible for an award, potential contractors must comply with all requirements for Central Contractor Registration found at www.sam.gov BASIS OF AWARD One award will be made. Offer of award will be made to the responder whose quote, conforming to the solicitation, will be most advantageous to the Government. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) for evaluation criteria (See Contract Provisions at end of solicitation). In order to be considered responsive to this solicitation, requestors must submit the following: 1. Offer submitted on completed schedule of items (Attachment A) 2. A written site specific Contractor Quality Control plan in accordance with Statement of Work 3. Experience Questionnaire. Though any format is acceptable, a sample is attached for your convenience. (Attachment E) 4. Completed offeror representations and certifications (Attachment F: Reps and Certs) CONTRACT CLAUSES This contract includes the clause found at FAR 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. AGAR 452.204-71 Personal Identity Verification of Contractor Employees (OCT 2007) (a) The Contractor shall comply with the personal identity verification (PIV) policies and procedures established by the Department of Agriculture (USDA) Directives 2620-002 series. (b) Should the results of the PIV process require the exclusion of a Contractor's employee; the Contracting Officer will notify the Contractor in writing. (c) The Contractor must appoint a representative to manage compliance with the PIV policies established by the USDA Directives 4620-002 series and to maintain a list of employees eligible for a USDA LincPass required for performance of the work. (d) The responsibility of maintaining a sufficient workforce remains with the Contractor. Contractor employees may be barred by the Government from performance of work should they be found ineligible or have lost eligibility for a USDA LincPass. Failure to maintain a sufficient workforce of employees eligible for a USDA LincPass may be grounds for termination of the contract. (e) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine unaccompanied physical access to a Federally-controlled facility and/or routine unaccompanied access to a Federally-controlled information system. (f) The PIV Sponsor for this contract is a designated program point of contact, which in most cases is the COR/COTR, unless otherwise specified in this contract. The PIV Sponsor will be available to receive Contractor identity information from 9:00 AM to 3:00 PM, Monday through Friday at Ninemile Ranger Station. The Government will notify the Contractor if there is a change in the PIV Sponsor, the office address, or the office hours for registration; however, it is the Contractor's responsibility to meet all aspects of paragraphs (c), (d),and (e). The clause at AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (FEB 2012) Alternate I (FEB 2012) applies to this contract and must be filled in and submitted with offer. (See Attachment F: Reps and Certs) FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates, provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 45 days. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed April 30, 2016. FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (JUL 2012) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless- (1) The product cannot be acquired- (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.biopreferred.gov. (c) In the performance of this contract, the Contractor shall- (1) Report to the environmental point of contact identified in paragraph (d) of this clause, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; (2) Submit this report no later than- (i) October 31 of each year during contract performance; and (ii) At the end of contract performance; and (3) Contact the environmental point of contact to obtain the preferred submittal format, if that format is not specified in this contract. (d) The environmental point of contact for this contract is: Please contact the applicable POC. Distribution of Reports POC Cele Aguirre-Bravo Agency (FS) POC BioPreferred Program 1621 North Kent Street Arlington, VA 22209 Telephone: (703) 605-5144 Fax: (703) 605-5100 Technical Issues/BioPreferred Website Reporting Tool POC Ron Buckhalt USDA Program Manager BioPreferred Program 361 Reporters Building 300 7th Street SW Washington, DC 20024 Telephone: (202) 205-4008 Agency website for reporting: http://www.biopreferred.gov/FARReporting/FARReporting.xhtml FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond April 30, 2014. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond April 30, 2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. FAR 52.236-7 Permits and Responsibilities (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is from May 1, 2013 through April 30, 2017. Contractor Workforce Certification Upon the request of the Contracting Officer, the Contractor shall submit a written report containing the following elements: • Contractor Name and Address • Contract Number • Date of Report • Identification of individual Contractor and Subcontractor employees, and identification of the city and state in which each individual employee maintains a primary residence. • The following statement: "I hereby certify that this list identifies all Contractor employees and subcontractor employees engaged in performance of this contract, and that the information contained in this report is accurate as of the date of this report." • Contractor signature and date of signature. 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): Federal Acquisition Regulations - http://www.acquisition.gov/far and the Agriculture Acquisition Regulations - http://www.usda.gov/procurement/policy/agar.html. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.223-19 Compliance with Environmental Management Systems (MAY 2011) The clause found at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2013) applies to this contract. SOLICITATION PROVISIONS The provision found at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) applies to this solicitation. The provision found at FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) applies to this solicitation as follows: (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 shall be used to evaluate offers: • Price • Relevant Past Experience (as determined by experience questionnaire) • Past Performance • Site Specific Quality Control Plan Evaluation factors will be considered according to FAR 13.106-2 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The provision at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012) applies to this solicitation and must be completed and submitted with offer (See attachment F: Reps and Certs). FAR 52.223-1 Biobased Product Certification (May 2012) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 3201, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements. FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: (406) 329-3866 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document-- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. FAR 52.217-5 Evaluation of Options (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-13-0026/listing.html)
 
Place of Performance
Address: 20325 Remount Rd, Huson, Montana, 59846, United States
Zip Code: 59846
 
Record
SN03036498-W 20130417/130415234349-6d1eeefd2378fe6a381211dd4e249581 (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.