SOLICITATION NOTICE
B -- Madera Canal Capacity Restoration Feasibility Study - Package #1 - Package #2 - Package #3 - Package #4
- Notice Date
- 1/31/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Acqusition Operations Division (9QZ), 450 Golden Gate Ave, 4th Floor West, San Francisco, California, 94102-3404, United States
- ZIP Code
- 94102-3404
- Solicitation Number
- ID09120134
- Archive Date
- 3/11/2014
- Point of Contact
- Jo AnnAncheta-Lim, Phone: 702-228-0640
- E-Mail Address
-
joann.ancheta@gsa.gov
(joann.ancheta@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire for ID09120134 Pricing Template for ID09120134 RFQ Instruction Letter for ID09120134 Performance Based Work Statement for ID09120134 This is a combined synopsis/solicitation for commercial items prepared by the General Services Administration on behalf of the Bureau of Reclamation, Sacramento, California for the completion of the Madera Canal Capacity Restoration Project Feasibility Study under solicitation no. ID09120134 in accordance with the format in FAR Subpart 12.6 and the test program in FAR Subpart 13.5. This announcement constitutes the only solicitation. Quotations are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 effectiv e January 1, 2014. This is a small business set-aside procurement under NAICS Code 541330 - Engineering Services with a small business size standard of $14 million and NAICS Code 541620 - Environmental Consulting Services with a small business size standard of $14 million. Requirements: Provide the services outlined in the attached Performance Based Work Statement (PBWS) on a Firm Fixed Price Contract: Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (July 2013) is hereby incorporated by reference. The Government will award the resulting contract based on a firm fixed price arrangement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government in accordance with the attached evaluation criteria. 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. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications-Commercial Items (November 2013) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (September 2013), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (January 2014), is hereby incorporated by reference with applicable paragraphs applying to this solicitation and any resultant contract. Type of Contract: A firm fixed price, definite quantity; definite delivery contract will be awarded. Period of Performance: 18 month base period from date of award. The potential awardee is required to register in IT Solutions Shop at http://it-solutions.gsa.gov for post-award processing. Responses and inquiries will only be accepted electronically via email at joann.ancheta@gsa.gov. All offers must be received by February 24, 2014, 5:00 PM PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cb8d702d88c5d6bb6d436a29ba542d7b)
- Place of Performance
- Address: Except when travel is required, all work will be performed at the contractor’s site., United States
- Record
- SN03278425-W 20140202/140131233935-cb8d702d88c5d6bb6d436a29ba542d7b (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 |