Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SPECIAL NOTICE

F -- Tree Removal Services - Emerald Ash Borer (EAB)

Notice Date
8/23/2007
 
Notice Type
Special Notice
 
NAICS
115310 — Support Activities for Forestry
 
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
55403
 
Point of Contact
Margie Thorson, Contracting Officer, Phone 612-336-3209, Fax 612-370-2106
 
E-Mail Address
Margie.P.Thorson@usda.gov
 
Description
(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. The test program under FAR Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. ATTACHMENTS will be posted to this announcement. This combined synopsis/solicitation will result in an ordering requirements, firm fixed price contract with a base year and four option years. (ii) The reference number is AG-6395-S-07-0062 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) It is anticipated that a single award will be made. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 115310 and small business size standard is $6.5 million. (v) This requirement consists of 1 line item for base year and 1 line item for succeeding Option 1, 2, 3, 4 years: Line Item One 0001: Tree removal, estimated minimum/maximum quantity: 2,000/3,000 trees. The Price Schedule, including options, is provided as Attachment 1 to this combined synopsis/solicitation (vi) The Specifications for this requirement is provided as Attachment 2 to this combined synopsis/solicitation. Procedure for issuing task orders and placing work orders flowchart is provided as Attachment 3. (vii) Delivery and acceptance of deliverables will be FOB destination. Delivery requirements for all line items will be stated on individual task orders orders. (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: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance, when combined, are equally important when compared to price. Offerors with no past performance will be rated neutral. A competitive firm-fixed price, requirements type contract award will be made to the responsible firm with the best value quote trading off expected value against probable costs. Technical capability will be evaluated by how well the proposed service meets the Government?s requirement instead of predetermined sub-factors. Technical acceptability will be on a pass/fail basis. The offeror must show evidence that it meets the minimum requirements listed in Section E and F of the SOW and elsewhere in this combined synopsis/solicitation to rate a passing score. Additional guidance on price and past performance is provided under provision 52.212-1. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote. A copy of the provision may be attained from http:// www.arnet.gov/far; or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov. and referenced in your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum 1 - additional clauses/provisions, is provided as Attachment 4 to this combined synopsis/solicitation. (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 .203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 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 Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.); 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.); 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.). (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered notes not applicable (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 2:00 pm local time on September 4, 2007. Faxing or emailing quotes is acceptable. In order for an interested party to have a complete quotation package, as a minimum, the quotation package must contain the following items mentioned in Attachment 5. (xii) The assigned Contracting Officer is Margie Thorson. Ms. Thorson may be reached at margie.p.thorson@aphis.usda.gov, (612) 336-3309 or by fax, (612) 370-2106. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-07-0062/listing.html)
 
Record
SN01421126-F 20070927/070925231647 (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.