Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2017 FBO #5572
SOLICITATION NOTICE

H -- USDA Commodity Inspection Sampling in Nebraska and Wisconsin - Additional Solicitation Information

Notice Date
2/22/2017
 
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-P-17-0075
 
Archive Date
3/23/2017
 
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 - SF1449, Note to Quoters, Statement of Work, Solicitation Clauses and Provisions Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested for one or more Blanket Purchase Agreements (BPA's). This combined synopsis/solicitation will result in one or more BPA's. The requirement is for Commodity Inspection Services. 2. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Small Business Set-Aside. The NAICS code is 541990. The small business size standard is $15 million. 3. The U.S. Department of Agriculture (USDA), Grain Inspection, Packers and Stockyards Administration (GIPSA), facilitates the marketing of U.S. grain and related agricultural products through the establishment of standards for quality assessments, and regulation of handling practices. GIPSA's Federal Grain Inspection Services (FGIS) administers the official inspection program under the authority of the US Standards for Grain and Agricultural Marketing Act of 1946 (AMA), as amended. The US Standards for Grain and the AMA authorizes the Secretary of Agriculture to contract with private firms, institutions, and individuals for purpose of performing specified inspection services. FGIS will use this contracting authority to supplement its workforce by contracting with private firms, institutions, and individuals to grade, sample, review documents, dispatch or weigh bulk and bagged grain, rice, processed commodities, and graded commodities, and more. See the Statement of Work in the attached Addendum for complete details. 4. The solicitation number for this effort is AG-6395-S-17-0075, and this combined synopsis/solicitation is issued as a Request for Agreement (RFA)/Request for Quotes (RFQ). 5. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. A full listing of provisions and clauses is included in the attached Addendum. 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) can be accessed on the Internet at http://farsite.hill.af.mil/ 6. REQUIREMENTS --See attached statement of work (SOW) for requirements and locations. 7. Price must include all costs. 8. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 9. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, capability (license and experience), and past performance. 10. The provision 52.212-3 Offeror Representations and Certifications -Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X__ (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). _X_ (22) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). _X__ (50) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (56) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). _X_ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). _X_ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). _X_ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). 13. Additional solicitation clauses and provisions included: FAR 52.204-16, 52.204-18, 52.216-31, 52.217-8, 52.228-5, 52.232-40, 52.246-4, 52.252-1, 52.252-2 and AGAR 452.209-70, 452.209-71, 452.228-71, 452.237-74. 14. To be awarded this contract, the offeror must be registered in the SAM.gov. SAM.gov information may be found at http://www.SAM.gov. 15. Quotations must be sent via e-mail to michael.j.chiodi@aphis.usda.gov by the date and time specified. ANY QUESTIONS PERTAINING TO THIS Request for Quotes (RFQ) SHALL BE DIRECTED TO MICHAEL CHIODI, (No later than 4 days before quotes are due) BY EMAIL TO michael.j.chiodi@aphis.usda.gov 16. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) The completed Pricing schedule, 2) Statement of capability (including key personnel- the names of the individual or individuals that will be performing the services) outlining inspection experience for each individual, and dates of licensure. The statement of capability must demonstrate that the vendor is capable of performing the work in the SOW, 3) Three references (name, phone number and e-mail, a description of the work performed, and the date of performance). The past performance must be similar to the type of work in the SOW, 4) Point of contact, DUNS number and confirmation of SAM registration 17. USDA IS AN AGENCY OF THE FEDERAL GOVERNMENT, TAX-EXEMPT. FEDERAL TAX. I.D. NO. 41-0696271. 18. Any Amendments issued will be posted to this site and must be submitted and acknowledged with your quote. Watch this site for any changes. 19. Response must be received before March 08, 2017 at 3:00 p.m. central time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-P-17-0075/listing.html)
 
Place of Performance
Address: Crete, NE and Cambria, WI, United States
 
Record
SN04410185-W 20170224/170222234531-493230be19d2f16b1f07ef7bf0e3a251 (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.