Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2014 FBO #4744
SOLICITATION NOTICE

R -- Server Administrations & Bioinformatics Consulting - Solicitation Documents

Notice Date
11/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-15-724729
 
Archive Date
12/18/2014
 
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 for Athens, GA Pricing Sheet Past Performance Instructions to Offerors Evaluation Factors Performance Work Statement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number AG-32SC-S-15-724729 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 541690 (Other Scientific and Technical Consulting Services), with a small business size standard of $15 million. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Labor for Server Administration and Bioinformatics Consulting - Base Year 1001) Labor for Server Administration and Bioinformatics Consulting - Option Year 1 2001) Labor for Server Administration and Bioinformatics Consulting - Option Year 2 3001) Labor for Server Administration and Bioinformatics Consulting - Option Year 3 4001) Labor for Server Administration and Bioinformatics Consulting - Option Year 4 Specifications: See attached Performance Work Statement. This acquisition is subject to the availability of funds. The Contractor shall provide all items F.O.B. destination. The place of performance is unknown. One possible place of performance is at the Southeast Poultry Research Laboratory, Athens, GA. The contracting officer will obtain wage determinations for additional possible places of performance if asked to do so in writing no later than 11:00 AM Eastern Standard Time on November 26, 2014. The Government anticipates award of a Firm Fixed Price 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) Past Performance, (2) Technical, and (3) Price. Please see "Instructions to Offerors" attachment for additional details. This acquisition will be conducted using a Best Value Tradeoff Process; therefore, the proposal that is determined to be the most beneficial to the Government given appropriate consideration to the three (3) evaluation factors (Past Performance, Technical, and Price) will be awarded. The Government will make an award to the responsible (in accordance with Federal Acquisition Regulation (FAR) 9.1) offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the Government considering price and non-price factors and the importance assigned to each. Please see "Evaluation Factors" attachment for additional details. INSPECTON AND ACCEPTANCE TERMS: Supplies 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; 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 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; AGAR 452.211-71 Equal Products Offered; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Past Performance, Technical, and Price); 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 52.219-6 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 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-49 Service Contract Labor Standards--Place of Performance Unknown; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-99 Establishing a Minimum Wage for Contractors (Deviation 2014-O0017); FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1 Buy American--Supplies; 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 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; 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 3:00 PM Eastern Standard Time on December 3, 2014. Questions in regards to this combined synopsis/solicitation are due no later than 5:00 PM EST on November 24, 2014. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4818e40c24053ce4b476bb251147c78)
 
Record
SN03576166-W 20141120/141118234905-f4818e40c24053ce4b476bb251147c78 (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.