Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2018 FBO #6008
SOLICITATION NOTICE

V -- Fixed wing aircraft servcies, Elko NV - Scheule, SOW and additional clauses and provisions

Notice Date
5/4/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Procurement Branch, Marquette Plaza, 250 Marquette Ave, Suite 410, Minneapolis, Minnesota, 55401-2329, United States
 
ZIP Code
55401-2329
 
Solicitation Number
12639518Q0125
 
Point of Contact
Jason L Wilking, Phone: 612-336-3210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
wage determination Schedule, SOW and additional Clauses and provisions 1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12 and Part 13 and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price IDIQ commercial service contract. 2. The solicitation number for this effort is 12639518Q0125 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). 3. 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) FAC Number/Effective Date 2005-97/01-24-2018 can be accessed on the Internet at http://farsite.hill.af.mil/ 4. 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 481219. The small business size standard is $15.0 million. 5. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS) in support of aerial predator management activities in Northeastern Nevada. 6. Description of the requirements and quantities: See attached schedule, statement of work and additional clauses. 7. The period of performance will be a base with five ordering periods. 8. The provision at 52.212-1 Instructions to Offerors - Commercial (Jan 2017) applies to this solicitation. 9. Provision 52.212-2 Evaluation - Commercial Items will not be used. 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 Technical capability (including Aircraft location/base of operations, pilot's low level flying experience and proposed aircraft) Past performance 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2017) 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 (Jan 2017) applies to this acquisition. 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Jan 2018), applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (22) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (32) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496 (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (49) 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). (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (2) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). 13. Additional contract requirements. 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. 14. The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable 15. Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office 3 by 01:30 PM CST, May 23, 2018. Quotes will be sent via e-mail to Jason.l.wilking@aphis.usda.gov. 16. The point of contact for this combined synopsis solicitation is Jason Wilking who may be reached at Jason.l.wilking@aphis.usda.gov, or phone at 612-336-3210. 1. A COMPLETE QUOTE SHOULD CONSIST OF THE FOLLOWING: a. A completed pricing schedule. b. Contractor must provide 3 past performance references for projects similar to the work required in this contract. References must include contact name, phone number, e-mail address, and a description of the work. Performance must have been in the last 5 years. c. Technical capability information including: Location where the aircraft is based Pilots' low level flying experience and qualifications Proposed aircraft, hours, engine hours and aircraft condition. d. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in SAM.gov. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/12639518Q0125/listing.html)
 
Place of Performance
Address: TBD, Elko, Nevada, TBD, United States
 
Record
SN04911265-W 20180506/180504230529-9589182d7ab49bce834f5879953f6eda (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.