SOLICITATION NOTICE
L -- Fall Protection Program Development - PWS - GPAT
- Notice Date
- 8/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Agriculture, Forest Service, WO-AQM IT Support, Albuquerque Service Center, Pan American Bldg, Suite 200, 101 B Sun Ave NE, Albuquerque, New Mexico, 87109, United States
- ZIP Code
- 87109
- Solicitation Number
- AG-7604-S-14-0056
- Archive Date
- 9/30/2014
- Point of Contact
- Brendell J. Gallegos, Phone: 5055637241
- E-Mail Address
-
bgallegos@fs.fed.us
(bgallegos@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- GPAT Performance Work Statement This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number AG-7604-S-14-0056 is issued as a request for quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a 100% small business set-aside and the associated NAICS code is 541690 and the small business size standard is $14.0M. The contract line item number for this solicitation is as follows: 0001. The service required is "Fall Protection Program Development," Qty - 1 and unit - Lot. Description of requirements for the items to be acquired are included in the Performance Work Statement (PWS) which is attached to this synopsis. This is a sixty (60) day Period of Performance. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. (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: The non-cost factors are: 1) Meets the technical requirements of the Bill of Materials 2) Signed provision-clause. 3) Specification Sheet for equal items being quoted. 1. Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) do not apply based on the claim of the following exception founded in Federal Acquisition Regulation (FAR) 39.204: - Section 508 back office exception based on 1194.3(f)b. Justification for this claim is documented by the following: "To maintain and upgrade Land Mobile Radio (LMR) Systems in the Regions and Forests identified for replacement, upgrade and approved in the FY14 Work Plan, and AAR Technical Approvals in place." - Section 508 incidental derivable exception based on 1194.3(b). Justification for this claim is documented by the following: "The equipment identified will only be used and maintained by radio personal in a physical space frequented only by service personnel to perform preventative maintenance, repair, operations, or occasional monitoring in places such as remote shelters, telecommunication closets or stored by Radio technicians to quickly replace like for like faulty parts. All items purchased are commercial-off-the-shelf (COTS) items or from the Dept. of Interior (DOI) LMR BPA http://apps.fas.gsa.gov/lmr/ and must meet P&&?;&?;; Compliancy, and National Interagency Fire Center (NIFC) standards http://www.nifc.gov/NIICD/EngDev/digital.html for digital radio communications for use by federal, state/province and local public safety agencies in North America to enable them to communicate with other agencies and mutual aid response teams in emergencies. Any provisions or products determined to be commercially available in pre-solicitation market research and are indicated as either partially or not 508 compliant will be provided an alternative format or equivalent facilitation upon request for any individual seeking accessibility. Reasonable accommodation will be provided as required. " The date, time and place offers are due: August 27, 2014 at 5:00 PM (Eastern Standard Time). Quotes are to be submitted electronically through email. The email address to submit your quotes is bgallegos@fs.fed.us. The name and telephone number of the contracting officer to contact for information regarding this solicitation is Brendell Gallegos - 505-563-7241. Quote MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/AG-7604-S-14-0056/listing.html)
- Record
- SN03474551-W 20140823/140821235428-169b51c2f36635d274401a5f0c0255e8 (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 |