SPECIAL NOTICE
S -- Moterized Patrol Services, Hilo HI
- Notice Date
- 9/13/2007
- Notice Type
- Special Notice
- NAICS
- 561612
— Security Guards and Patrol 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, MN, 55403, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-6395-S-07-0058
- Response Due
- 9/20/2007
- Archive Date
- 10/5/2007
- Small Business Set-Aside
- Total Small Business
- Description
- NA (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. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. (ii) The reference number is AG-6395-S-07-0058 and the solicitation is issued as a request for Quote (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.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv) This solicitation utilizes Full and Open competition. The associated NAICS code for this effort is 561612 and small business size standard is $17 million. (v) This requirement consists of five line items (see attached schedule). (vi) Motorized patrol as described in the attached statement of work (vii) Delivery and acceptance of deliverables will be FOB Hilo, HI (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) 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: A competitive award will be made to the responsible firm whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. When combined technical and past performance is more important then price. The technical factors are: 1. ability to perform project management and guard patrol services 2. Contractor has the support staff available to ensure continuous coverage without interruption in the event of personnel absences 3. Contractor has a structure for ensuring personnel are trained and they meet security qualifications/certifications and the qualifications outlined in the statement of work. (x) 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.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 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 at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition; 52.203-3 Gratuities; 52.219-6 notice of Small business set aside; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Co-operation with Authorities and remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-5, Trade Agreements (Jan 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.236-7 Permits and Responsibilities (Nov 1991); 52.242-15 Stop-Work Order (Aug 1989); 452.236-74 Control of Erosion, Sedimentation, and Pollution (Nov 1996), 52.228.7 Insurance- Liability to Third Persons; 52.222-41, Service Contract Act of 1965, as Amended (July 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) There are no numbered notes applicable to this solicitation. (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 1:30 pm local time on Friday September 20, 2007. Faxing or emailing quotes is acceptable. (xvii) The assigned Specialist is Jason Wilking. Jason may be reached at Jason.l.wilking@aphis.usda.gov, (612) 336-3210 or by fax, (612) 370-2106.
- Place of Performance
- Address: Hilo, HI
- Zip Code: 12345
- Country: UNITED STATES
- Zip Code: 12345
- Record
- SN01405307-W 20070915/070913220437 (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 |