Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

W -- Wood Grinding - Provisions - Statement of Work - Wage Determination

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113310 — Logging
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-14-677001
 
Archive Date
5/3/2014
 
Point of Contact
Joshua Dobereiner, Phone: 309-681-6410
 
E-Mail Address
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Statement of Work Solicitation Provisions This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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 number AG-32SC-S-14-677001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 113310 (Logging), with a small business size standard of 500 employees. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Horizontal Conveyor Grinder Rental (Base Year) 0002) Screen/Shredder Rental (Base Year) 1001) Horizontal Conveyor Grinder Rental (Option Year 1) 1002) Screen/Shredder Rental (Option Year 1) 2001) Horizontal Conveyor Grinder Rental (Option Year 2) 2002) Screen/Shredder Rental (Option Year 2) 3001) Horizontal Conveyor Grinder Rental (Option Year 3) 3002) Screen/Shredder Rental (Option Year 3) 4001) Horizontal Conveyor Grinder Rental (Option Year 4) 4002) Screen/Shredder Rental (Option Year 4) Specifications: Grind and screen piles of green waste, woodchips, soil, leaves, and logs at the United States National Arboretum, per the attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is the United States National Arboretum, Washington, DC 20002 and will be identified in the contract. The Government anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price task orders. The Government anticipates awarding one contract. The total contract shall not exceed a ceiling of $125,000.00 for the base year plus all option years. The minimum amount the Government must place each year is $1,000.00 with a maximum amount of $25,000.00 per year. No single task order may exceed $25,000.00. The Anticipated contract will have a base year plus four unilateral option years. The period of performance is as follows: Base Year: May 1, 2014-April 30, 2015 Option Year 1: May 1, 2015-April 30, 2016 Option Year 2: May 1, 2016-April 30, 2017 Option Year 3: May 1, 2017-April 30, 2018 Option Year 4: May 1, 2018-April 30, 2019 Activities authorized to place orders will be identified in the contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (Deviation 2012-01); AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; AGAR 452.211-72 Statement of Work/Specifications; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-22 Indefinite Quantity; AGAR 452.216-73 Minimum and Maximum Contract Amounts; AGAR 452.216-72 Evaluation Quantities--Indefinite Delivery Contract; FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-1 Small Business Program Representations; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.232-23 Assignment of Claims; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; FAR 52.242-15 Stop-Work Order; FAR 52.243-1, Alt I Changes -- Fixed-Price; FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form); FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than 4:00PM Eastern Daylight Time on April 18, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8f40792a007fd0b0b237438f7ad9e75)
 
Place of Performance
Address: 3501 New York Avenue, NE, Washington, District of Columbia, 20002, United States
Zip Code: 20002
 
Record
SN03330156-W 20140406/140404234359-a8f40792a007fd0b0b237438f7ad9e75 (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.