Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2015 FBO #4852
SOLICITATION NOTICE

F -- Bird Damage Management Services in North Dakota - Form SF-1449

Notice Date
3/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-15-0071
 
Archive Date
4/7/2015
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Addendum I --- Note to Offeror - Price Schedule - Statement or Work Attachment 1 - Solicitation Clauses and Provisions SF-1449 Combined Synopsis/Solicitation (i) 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. The test program under Federal Acquisition Regulation (FAR) Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in firm fixed-price line items in an indefinite delivery, indefinite quantity type contract (or multiple contracts) with a base and _4_ option years, unless extended or terminated. (ii) The reference number is __AG-6395-S-15-0071__ and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.acquisition.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) It is anticipated that a single award will be awarded. This is a 100% Small Business Set-Aside award. The associated NAICS code for this effort is __541990__ and small business size standard is _$15.0 million_ annual sales. (v) This requirement consists of __5__ contract line item numbers (CLINs) for services for base year and 4 option years: CLIN 0001: _management of Canada geese and blackbird conflicts_ in accordance with the Statement of Work (SOW) listed in Addendum I; CLIN 0002: _ management of Canada geese and blackbird conflicts_ in accordance with the SOW; CLIN 0003: _ management of Canada geese and blackbird conflicts_ in accordance with the SOW; CLIN 0004: _ management of Canada geese and blackbird conflicts_ in accordance with the SOW; and CLIN 0005: _ management of Canada geese and blackbird conflicts_ in accordance with the SOW. (vi) The Note to Offeror/Price Schedule/Statement of Work is provided in Addendum I to this combined synopsis/solicitation. The vendor shall return a completed copy of the Note to Offeror/Price Schedule/Statement of Work with its quotation. (vii) The Statement of Work for this requirement is provided in Addendum I to this combined synopsis/solicitation. (viii) Delivery and acceptance of deliverables will be FOB destination. (ix) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (x) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical capability and past performance, when combined, are equally important when compared to price. A competitive firm-fixed price, indefinite delivery, indefinite quantity award will be made to the responsible firm (or firms) with the best value quote(s) trading off expected value against probable costs. The quote, at a minimum, must meet or exceed the acceptability standards for non-cost factors: technical capability based on the SOW, and past performance. Additional guidance on price and past performance is provided under provision 52.212-1. Offerors with no past performance will be rated neutral. (xi) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.acquisition.gov/far and in Attachment 1. (xii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. (xiii) To be awarded this contract, the offeror must be registered in the SAM database. SAM information may be found at http://www.sam.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiv) No applicable Numbered Notes. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Michael Chiodi, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Monday, __March 23, 2015___. Emailing (preferred) or faxing quotes is acceptable. (xvi) The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached at michael.j.chiodi@aphis.usda.gov, (612) 336-3203, or by fax, (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-15-0071/listing.html)
 
Place of Performance
Address: North Dakota, United States
 
Record
SN03660094-W 20150308/150306234212-618dbb08018462863410e485ff396613 (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.