SOLICITATION NOTICE
J -- Equipment Certification, Repair, Decontamination - Combined Synopsis/soliciation
- Notice Date
- 3/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-15-0011
- Archive Date
- 4/7/2015
- Point of Contact
- Brian Brown, Phone: 979-260-9345, Joshua Dobereiner, Phone: 309-681-6410
- E-Mail Address
-
brian.brown@ars.usda.gov, josh.dobereiner@ars.usda.gov
(brian.brown@ars.usda.gov, josh.dobereiner@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement (PWS) Current Equipment listing Clauses combined synopsis solicitation with a properly formatted schedule 'B' 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; quotes are being requested and a written solicitation will not be used. Solicitation number AG-32SC-S-15-0011 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 correction. North American Industrial Classification Code ( NAICS) 562910 is applicable. SIC code is 4959. The Small Business size standard is $20.5M dollars for both NAICS codes. This procurement small business set aside is dissolved. The U.S Department of Agriculture, Agriculture Research Service in Beltsville, Maryland requires a scientific equipment decontamination, certification, and maintenance. See list of equipment that requires semi-annual and annual maintenance. A majority of the equipment must be decontaminated prior to providing semi-annual and annual certification or maintenance. Contractor must remove hazardous material and parts after completion of certification or repair. See attachments for details and CLIN structure. For CLIN structure breakdown also see attachment schedule "B" Quantities below are estimated for proposal purposes only. No. Description of Services Quantity Per Unit Extended Cost 0001 Certification Services 220 ea $_________ $___________ 0002 Labor for repairs Est100 hrs $_________ $___________ 0003 Decontamination 175 ea $_________ $___________ 0004 Labor Unscheduled Services Est 50 hrs $_________ $___________ 1001 Certification Services 220 ea $_________ $___________ 1002 Labor for repairs Est100 hrs $_________ $___________ 1003 Decontamination 175 ea $_________ $___________ 1004 Labor Unscheduled Services Est 50 hrs $_________ $___________ 2001 C ertification Services 220 ea $_________ $___________ 2002 Labor for repairs Est100 hrs $_________ $___________ 2003 Decontamination 175 ea $_________ $___________ 2004 Labor Unscheduled Services Est 50 hrs $_________ $___________ 3001 Certification Services 220 ea $_________ $___________ 3002 Labor for repairs Est100 hrs $_________ $___________ 3003 Decontamination 175 ea $_________ $___________ 3004 Labor Unscheduled Services Est 50 hrs $_________ $___________ The Contractor shall provide all services at the Government locations listed in the PWS. Total of 3 locations that must be serviced annually with some equipment being certified bi-annually. The address and point of contact 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 $140,000.00 for the base year plus three option years. The minimum amount the Government must place each year is $100.00 with a maximum amount of $35,000.00 per year. No single task order may exceed $35,000.00. The anticipated contract will have a base year plus three unilateral option years. The period of performance is as follows: Base - April 1, 2015 - March 31, 2016 Opt 1 - April 1, 2016 - March 31, 2017 Opt 2 - April 1, 2017 - March 31, 2018 Opt 3 - April 1, 2018 - March 31, 2019 Activities authorized to place orders will be identified in the contract. The estimated quantities and schedule are provided to give Offerors a better understanding of the size of the job and to evaluate prices. This in no way obligates the Government to purchase these stated quantities. The following items will be negotiated with each task order placed against this IDIQ contract: •A. The unscheduled services are based on movement of equipment and other unforeseen requests. •B. New equipment installation/de-installation INSPECTON AND ACCEPTANCE TERMS: Items will be inspected and accepted at destination. The Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition are attached. This acquisition will be conducted using a Lowest Price Technically Acceptable; FAR part 13. therefore, the proposal that is determined to be the lowest priced technically acceptable based on the three evaluation factors will be awarded. Pursuant to FAR 52.212-2, the criteria for evaluation are below. This procurement will be awarded to the vendor on a Lowest Price Technically Acceptable (LPTA) basis: (1) Technical Capability, (2) Cost/Price, and (3) Past Performance. •(1) Technical Capability - Will be evaluated on the following criteria and will be no longer than 10 pages using times new roman with a font size of 12. •a. Management Capability •b. Personnel qualifications •c. Experience of personnel (2) Cost/Price - Provide breakdown •a. Unit cost for Certification •b. Labor hour rate for repairs •c. Unit cost for Decontamination of equipment •d. Negotiated cost will be per each request •(3) Past Performance - Provide prior 3 years of experience on same or similar projects. Provide no more than 5 similar projects. •a. Name of project. •b. Summary or general detail of project requirement •c. Point of contact name, phone number, email address •d. Project cost Technical evaluation will be on a go/no-go basis. Past performance evaluation will be Pass/Fail or Neutral if no past performance is provided. Cost will be evaluated by unit cost for certification, Labor hour rate, and cost to decontaminate a piece of equipment. When costs are combined the lowest overall rate will be selected that is technically acceptable. All invoices shall be submitted electronically. Questions: any questions about this solicitation must be sent via email to Mr. Brian Brown at brian.brown@ars.usda.gov no later than 4:00 PM Eastern time March 17, 2015. Answers will be posted as an amendment if needed on FBO. Proposals must be received no later than 4:00 PM Eastern Time on March 23, 2015. The successful company must mandatorily be registered in the ( System for Award Management) at the web site: www.sam.gov (SAM) and a contractor can call the SAM help desks at 1-866-606-8220 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 1-866-606-8220" src="data:image/png;base64,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" alt="" />.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/04e5113933c464ad6bd4b98f1530b78e)
- Place of Performance
- Address: Beltsville Agricultural Research Center (BARC) is part of the Agricultural Research Service (ARS), U.S. Department of Agriculture (USDA), 10300 Baltimore Avenue, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03666340-W 20150314/150312235418-04e5113933c464ad6bd4b98f1530b78e (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 |