Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2009 FBO #2699
SOLICITATION NOTICE

F -- COOS BAY FY09 STAND EXAM CONTRACT

Notice Date
4/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS00210
 
Response Due
4/29/2009
 
Archive Date
5/29/2009
 
Point of Contact
Stacia Nunn
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation/reference number is L09PS00210; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) code is 115310. The Product Service Code (PSC) is F999. The Industry Size Standard is $7.0 Million. This procurement is for a firm, fixed-price type contract for one year. The Government may elect to make single or multiple contract awards to one or more sources under this solicitation. Individual awards will be for the item or combinations of items that result in the lowest aggregate cost to the Government. The Bureau of Land Management, Coos Bay District Office, is seeking qualified contractors to perform Pre-Harvest Stand Exams, in Douglas, Coos, and Curry Counties. See Attachments for the Schedule of Items, Statement of Work, Wage Determinations and other supporting documents for details. Services quoted shall adhere to Statement of Work dated March 18, 2009, and be fully responsive to satisfy the needs of the Government. The following provisions are in full effect for this solicitation but will not be carried over for the resultant purchase order: Offerors shall comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial: Addendum (a) To clarify, the actual size standard is $7.0 million. (b) (i) Offerors shall provide evidence of its ability to perform this project by furnishing the information required in the Qualifications and Past Performance Statement (outlined below) as well as other required submittals with its quote. (ii) Offerors are cautioned that sufficient information must be presented to enable the Government to evaluate the Contractor's qualifications and past performance in accordance with 52.212-2 Evaluation - Commercial Items. (iii) past performance history will be evaluated on a basis significantly more important than cost or price considerations. (e)NOT APPLICABLE. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: Technical capability, past performance and price. Technical capability and past performance, when combined, are more important than price. If the offers are judged to be equal, then price will become the deciding factor. (Please refer to Attachment titled Qualifications and Past Performance Statement.) Past performance information may be based on the Government's knowledge of and previous experience with the quoter, or other reasonable basis. The evaluation process shall proceed as follows: Initially, offers shall be ranked according to price. Next, the Government will evaluate, on a pass/fail basis, the Qualifications and Past Performance Statements submitted by the lowest priced offerors to ensure their adherence to the specifications of this solicitation. Using the no more than ten references supplied by each of the interested contractors and the data independently obtained from other Government and commercial sources, the contracting officer will seek performance information on the lowest priced proposal. The assessment process will result in an overall risk rating of very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "neutral". If the lowest priced evaluated technically acceptable offer is judged to have a very good performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award will be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of "satisfactory" or lower. In that event, the contracting officer will make an integrated assessment best value award decision. (b)Not applicable. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items shall be completed as noted below and submitted with the quote. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, https://orca.bpn.gov/login.aspx, the offeror shall complete and submit a hard copy with their quote. The following clauses shall be incorporated into any resultant purchase order by full text: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items with the following filled-in: 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); 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003); Under paragraph c: 52.222-41, Service Contract Act of 1965 (Nov 2007) (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.). FAR 52.222-50, Combating Trafficking in Persons (Aug 2007). FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: FAR 52.222.42 Statement of Equivalent Rates for Federal, in full text, with the following Employee Class-Monetary Wage-Fringe Benefits fill-in: Laborer WG-3-$13.99/hour. Foreman WL-3 - $15.38/hour. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.acquisition.gov/comp/far/index.htm; clauses may be accessed electronically in full text by going to either of these two Internet addresses. DIAR clauses and provisions found in the Department of Interior Acquisition Regulation can be accessed electronically at http://www.doi.gov/pam/aindex.html The following clauses are to be incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.242-15, Stop-Work Order. DIAR 1452.228-70, Liability Insurance, in full text, with the following fill-in: The amounts of the insurance shall be not less than as follows: $500,000.00 each person; $500,000 each occurrence, and $500,000.00 property damage. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov Contractors are required to submit their DUNS number with their quote. Interested contractors may obtain the complete solicitation package including the Statement of Work (SOW) & all Attachments, Quotation Schedule/Schedule of Items, and Wage Determination at: https://www.fedconnect.net/FedConnect/PublicPages/PublicSearch/Public_Opportunities.aspx or by contacting Stacia Nunn at the email address or phone number below. Interested contractors shall review and/or complete all of the attachments associated with this solicitation in accordance with 52.212-1 & 52.212-2 to be determined a responsive quote. A quote determined to be nonresponsive based upon incomplete or missing data as specified by this solicitation may be discarded as determined by the Contracting Officer. By submission of your quote, you are acknowledging understanding of the Government's requirement, terms and conditions. Quotes shall be received at the Bureau of Land Management, Oregon State Office no later close of business April 29, 2009. Quotes can either be mailed to Bureau of Land Management, Branch of Procurement Management, Attn: OR-952, 333 SW 1st Avenue, 7th Floor, Portland, OR 97204, emailed to stacia_nunn@blm.gov or faxed to (503) 808-6312. The point of contact for this solicitation is Stacia Nunn, Contracting Specialist, (503) 808-6331.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=54127a447f77b6788d3b977a8b6f9e95&tab=core&_cview=1)
 
Record
SN01793122-W 20090417/090415221603-54127a447f77b6788d3b977a8b6f9e95 (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.