Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2006 FBO #1644
SOLICITATION NOTICE

B -- Review of County Yield Trending Procedures and Related Topics

Notice Date
5/26/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
GovWorks, Attn: Mr. David Mitchell 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
RFQ
 
Response Due
6/19/2006
 
Archive Date
5/26/2007
 
Small Business Set-Aside
N/A
 
Description
26 May 06 62328, COMBINED SYNOPSIS/SOLICITATION REVIEW OF COUNTY YIELD TRENDING PROCEDURES AND RELATED TOPICS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a solicitation issued by the Department of Interior, National Business Center, GovWorks Directorate. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, published April 19, 2006. REQUEST FOR QUOTATION (RFQ) GovWorks is issuing this competitive RFQ for the purpose of entering into a new delivery order. This requirement is for US Department of Agriculture, Risk Management Agency services related to the review and evaluation of County Yield Trending procedures in accordance with the attached Statement of Work (SOW). The NAICS code for this requirement is 541690 with a small business size standard of $6.5 million. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein. The RFQ due date is no later than 2:00 pm Eastern Time, Monday, June 19, 2006. Submission shall be via email to the contract specialist listed in proposal submission section below. NOTE: Due to e-mail server and pipeline limitations, please limit the size of each email with attachments to 3MB. It is the offeror's responsibility to read the RFQ and all related documents carefully and completely, to ensure/verify the Government receives their submission on or before the date/time specified and to monitor the FEDBIZOPPS website for any updates to the RFQ on a regular basis. Potential contractors are required to submit a technical quote, price quote, and capabilities statement information to Government officials for the purposes of assuring that the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all requirements as outlined in the SOW. The technical submission is limited to 20 pages including coversheet, and the past performance information shall be no more than 5 pages, including coversheet. The page size shall not exceed 8.5" x 11". If you have questions regarding this requirement, please submit your inquiries via email to the contract specialist no later than June 6, 2006. The Government anticipates posting responses to Contractor questions on FEDBIZOPPS no later than June 13, 2006. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. Requests for additional time to prepare quotes will be considered. The Government anticipates awarding a Fixed Price/T&M contract, applying Best Value techniques in accordance with the evaluation factors found at 52.212-2. TECHNICAL SUBMISSION Please provide a technical submission that includes the following three (3) areas: A. Technical Approach B. Project Management Plan C. Quality Control Plan The Offeror must describe their management, technical, and quality approach as defined in Attachment 1, Section 1.0 of the SOW. PRICING Your price quote shall be a separate volume from your technical submission. Please provide prices that directly correspond to the deliverables and services offered. If additional deliverables are proposed (or fewer), the offeror shall include those deliverables seperately in an alternate proposal. Full descriptions and justifications for the additional deliverables shall be included in the alternate technical proposal. The price/cost proposal must include the information described in Attachment 1, Section 2.0 of the SOW. CAPABILITIES STATEMENT Demonstration of the ability to perform the work by providing a capabilities statement as described in Attachment 1, Section 3 of the SOW. SUBMISSION REQUIREMENTS Your quote MUST include the following information (preferably on the cover letter): A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. Contact Name D. Contact Email Address E. Contact Phone Number F. Contact Fax Number G. Complete Business Mailing Address Please ensure that your firm is CCR certified (http://www.ccr.gov). Lack of CCR registration may render any quote nonresponsive. PERIOD OF PERFORMANCE The maximum number of days for completion shall be 220 consecutive business days after award. GOVPAY ELECTRONIC INVOICING REQUIREMENTS All payment requests must be submitted electronically through GovPay. "Payment request" means any request for contract financing payment or invoice payment by a contractor. To constitute a proper invoice, the GovPay payment request must conform to the requirements identified in FAR 32.905(b), "Payment Documentation and Process" and FAR 52.232-25, "Prompt Payment (OCT 2003)". To ensure the timely processing of invoices GovPay uses an automated "workflow" process to route invoices for review, approvals and payment; as required by the "Prompt Payment Act". Detailed GovPay information for use of GovPay may be obtained on the Internet at www.govpay.gov. This web site includes user manuals, training resources, instructions for registration and contact information for the GovPay help desk for additional support. All users can access reports on the status of their invoices. Supporting documentation shall be attached to the GovPay invoice in the form of "flat files" in American Standard Code for Information Interchange (ASCII) and an Adobe PDF file. There is a 4 MB limitation on file size for these attachments, per header or line item. Facsimile, e-mail, and scanned documents are NOT acceptable electronic forms for payment requests. GovPay uses the contractor information in the Central Contractor Registration (CCR) database as one of the components for validating contractor registration. It is the responsibility of the contractor to submit accurate and current CCR information. Failure to register and maintain CCR information, or if it has expired, been suspended, been deleted, or could not be found, will result in rejection of your invoice. An invoice submitted during the period for which information in the CCR could not be verified must be resubmitted for payment after successfully registering or updating registration in CCR. Contractors are encouraged to review their CCR information to ensure the most current information is available for GovPay. The CCR Assistance Center is available to provide assistance and answer questions. They can be reached at 1-888-227-2423 or on the web at http://www.ccr.gov. [End of clause] FEDERAL ACQUISITION REGULATION (FAR) CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.202-1, Definitions (July 2004) 52.203-5, Covenant Against Contingent Fees (Apr 1994) 52.203-6, Restrictions on Subcontractor Sales to the Government . Alternate I (Oct 1995) 52.203-7, Anti-Kickback Procedures (Jul 1995) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2006) 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.212-1, Instructions to Offerors-Commercial (Jan 2006) 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2005) " Please complete and return with quote unless you include in your quote a statement that you have registered your Representations and Certifications at www.orca.bpn.gov 52.212-4, Contract Terms and Conditions-Commercial Items (Sep 2005) 52.217-8, Option to Extend Services (Nov 1999) 52-217-9, Option to Extend the Term of Contract (Mar 2000) 52.223-14, Toxic Chemical Release Reporting (Aug 2003) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-1, Payments (Apr 1984) 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts (Aug 2005) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-3, Protest after Award (Aug 1996) 52.243-3, Changes-Time-and-Materials or Labor Hours (Sep 2000) 52.244-6, Subcontracts for Commercial Items (Feb 2006)52.246-6 Inspection-Time-and-Material and Labor-Hour (May 2001) FEDERAL ACQUISITION REGULATION (FAR) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (July 2005) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. _X_ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). _X_ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (22)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (23) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (24)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (JAN 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (25) 52.225-5, Trade Agreements (Jan 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (32) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (35)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). __ (2) 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.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.216-24, Limitation of Government Liability. As prescribed in 16.603-4(b)(2), insert the following clause in solicitations and contracts when a letter contract is contemplated: LIMITATION OF GOVERNMENT LIABILITY (APR 1984) (a) In performing this contract, the Contractor is not authorized to make expenditures or incur obligations exceeding ____________________ dollars. (b) The maximum amount for which the Government shall be liable if this contract is terminated is ___________ dollars. (End of clause) 52.216-25, Contract Definitization. As prescribed in 16.603-4(b)(3), insert the following clause: CONTRACT DEFINITIZATION (OCT 1997) (a) A Fixed Price/Time & Materials definitive contract is contemplated. The Contractor agrees to begin promptly negotiating with the Contracting Officer the terms of a definitive contract that will include (1) all clauses required by the Federal Acquisition Regulation (FAR) on the date of execution of the letter contract, (2) all clauses required by law on the date of execution of the definitive contract, and (3) any other mutually agreeable clauses, terms, and conditions. The Contractor agrees to submit a _________ [insert specific type of proposal; e.g., fixed-price or cost-and-fee] proposal and cost or pricing data supporting its proposal. (b) The schedule for definitizing this contract is [insert target date for definitization of the contract and dates for submission of proposal, beginning of negotiations, and, if appropriate, submission of make-or-buy and subcontracting plans and cost or pricing data]: ________________________________________________ ________________________________________________ ________________________________________________ ________________________________________________ (c) If agreement on a definitive contract to supersede this letter contract is not reached by the target date in paragraph (b) of this section, or within any extension of it granted by the Contracting Officer, the Contracting Officer may, with the approval of the head of the contracting activity, determine a reasonable price or fee in accordance with Subpart 15.4 and Part 31 of the FAR, subject to Contractor appeal as provided in the Disputes clause. In any event, the Contractor shall proceed with completion of the contract, subject only to the Limitation of Government Liability clause. (1) After the Contracting Officer's determination of price or fee, the contract shall be governed by- (i) All clauses required by the FAR on the date of execution of this letter contract for either fixed-price or cost-reimbursement contracts, as determined by the Contracting Officer under this paragraph (c); (ii) All clauses required by law as of the date of the Contracting Officer's determination; and (iii) Any other clauses, terms, and conditions mutually agreed upon. (2) To the extent consistent with paragraph (c)(1) of this section, all clauses, terms, and conditions included in this letter contract shall continue in effect, except those that by their nature apply only to a letter contract. (End of clause) 52.223-13, Certification of Toxic Chemical Release Reporting. As prescribed in 23.906(a), insert the following provision: CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (AUG 2003) (a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for contract award. (b) By signing this offer, the offeror certifies that- (1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or (2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [Check each block that is applicable.] [ ] (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65; [ ] (ii) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A); [ ] (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA); [ ] (iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors: (A) Major group code 10 (except 1011, 1081, and 1094. (B) Major group code 12 (except 1241). (C) Major group codes 20 through 39. (D) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for distribution in commerce). (E) Industry
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=319890)
 
Place of Performance
Address: US Departmebt of Agriculture Risk Management Agency Washington, DC
Zip Code: 20250
Country: USA
 
Record
SN01058358-W 20060528/060526221058 (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.