MODIFICATION
Z -- NADC Building 9 Fiberglass Reinforced Epoxy Walls - Amendment 2
- Notice Date
- 8/22/2013
- Notice Type
- Modification/Amendment
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Agricultural Research Service - Midwest Area
- ZIP Code
- 00000
- Solicitation Number
- AG-6125-S-13-0031
- Archive Date
- 9/4/2013
- Point of Contact
- Matthew Treska, Phone: 5153377415
- E-Mail Address
-
matthew.treska@ars.usda.gov
(matthew.treska@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Davis-Bacon Rates 08/22/2013: Solicitation Modification 001 - A SOW with modified date ranges and work is attached. This solicitation's closing date is extended to September 3, 2013 8:00am Central time to facilitate any changes to offerors' ongoing considerations. No quotes have been received at the time of this modification. Applicable Davis-Bacon rates also posted. These rates supersede previously posted DOL Prevailing Wage rates. 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. Solicitation AG-6125-S-13-0031 is being issued as a Request for Quotes (RFQ) for commercial construction. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective August 1, 2013. The 2012 NAICS code applicable to this acquisition is 238320, Product Service Code Z2JB. For a company to qualify as a small business, the size standard is $14.0 million annual revenue or less. The USDA, ARS, National Animal Disease Center (NADC) has a requirement for a contractor to provide fiberglass reinforced epoxy wall coverings as stated in the attached Statement of Work (SOW). Offerors must include all associated costs and state on quotes any variances between their offered products/services and the SOW. Any resulting award from this solicitation will be a fixed price contract. Responsible offerors must be able to initiate work within 14 days after receipt of an order. This project is subject to the Davis-Bacon and Related Acts. Any resultant award from this solicitation will require the awardee to submit payroll information on a WH347 Payroll form every two weeks for the duration of the project. DOCUMENTS TO BE INCLUDED IN QUOTE : In order to be considered for award offerors shall provide: 1) A quote on company or formal letterhead, complete with DUNS number, detailing the project description, estimated project length in days, and total price; 2) At least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed (or similar) and, if possible, include the email address of the reference person to be contacted; 3) A completed copy of AGAR 452.209 - 70, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (attached); and 4) BioPreferred (BP) and Environmentally Preferable (EP) supplies suitable for use in this project. Product categories are listed here: http://www.biopreferred.gov/ProductCategories.aspx with minimum biobased content standards. Product verification and a BP catalog can be found here: http://www.biopreferred.gov/bioPreferredCatalog/faces/jsp/catalogLanding.jsp. EP categories are listed in the second section here: http://www.epa.gov/epp/pubs/products/construction.htm. If BP and/or EP products are unable to meet the SOW requirements, a statement from the Offeror as to such must be included. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer to be considered. NOTE: Vendors MUST have a SAM record (www.sam.gov) showing "Active" at the time of quote submittal to be considered for award. Provisions applicable to this solicitation and clauses applicable to any following award are attached. 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, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical acceptability of offered services. 2. Best overall value to the Government. 3. Past performance as stated by references. Technical and past performance, when combined, are approximately equal to cost or price. (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. (End of provision) AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract will be from approximately late September 2013 through December 2013. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-NADC, 1920 Dayton Avenue, Ames, IA 50010. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Matthew Treska, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 8:00 a.m. Central Time, September 3, 2013. Quotes and other required documents may be submitted by email: matthew.treska@ars.usda.gov or facsimile to (515) 337-7243 if desired. NO EXCEPTIONS OR EXTENSIONS WILL BE GRANTED FOR QUOTES SUBMITTED TO AN ERRONEOUS EMAIL ADDRESS, ERRONEOUS FAX NUMBER, OR WHO MISSED THE POSTED DEADLINE. Additional information may be obtained by contacting the Purchasing Agent at matthew.treska@ars.usda.gov. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/424690f3c3960f2de3d039c1895a26d3)
- Place of Performance
- Address: USDA-ARS-NADC, 1920 Dayton Avenue, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN03158207-W 20130824/130822235300-424690f3c3960f2de3d039c1895a26d3 (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 |