Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

46 -- WATER TREATMENT BASE PERIOD AND 2 OPTION PERIODS - BID SCHEDULE

Notice Date
7/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-S-10-423020
 
Archive Date
9/30/2010
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION If bid package does not contain completion of all items on checklist in attachment 1, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offer ineligible for award. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. ***PLEASE RETURN PAGES 1 & 2 ONLY WITH BID *** COMPLETE BID SCHEDULE AND RETURN The United States Department of Agriculture (USDA) APHIS/PPQ/PBWRF (Pink BollWorm Rearing Facility), in Phoenix, Arizona intends to procure Water Treatment Service at their facility twice per month. This will be a firm fixed price contract for a base period and 2 option periods. Tentative Schedule of performance Base Period Date of Award - 9/30/2011 Period 1 10/01/2011 - 09/30/2012 Period 2 10/01/2012 - 09/30/2013 SCOPE OF CONTRACT The contractor shall furnish all labor, materials and equipment for Water Treatment Service at our facility twice per month. Water samples will be analyzed during each service call. The chemical feeders will be checked, adjusted and calibrated during each visit and recharged with proper chemicals. Special chemicals will be applied for the control of slime and algae for our cooling towers. A written report of conditions will be given to our maintenance department after each visit. Equipment Description: • Cooling Tower #1 • Cooling Tower #2 • Low Pressure Boiler 15PSI • High Pressure Boiler 80PSI SAFETY AND SECURITY All persons employed in the work, while on the premises, shall comply with all building regulations. Contract employees shall wear a USDA issued contractor badge at all times while at the USDA facilities. Contract employees shall display the badge to USDA personnel while at the USDA facilities. Under no circumstances will contract employees abuse the authority of the badge. Location: USDA, APHIS, PBWRF 3645 E. Chipman Rd. Phoenix, AZ 85040 PLEASE CHECK location address and be sure transportation cost is feasible. Thee will be no reimbursement for transportation costs to and from location(s) PLEASE CONTACT Joe Ploski at (602) 379-4828 ext. 223, regarding access to facilities if you'd like to take a walk through survey. Site visits are subject to government personnel schedule availability and are not a guarantee or a requirement Submit emailed quotations to Purchasing Section Carol.Dingess@aphis.usda.gov or fax to (612) 336-3550, Attention Carol Dingess. Quotations are due by August 5, 2010 by 4:00pm Central Time. References are requested (See page 2 of Attachment 1. Simplified Acquisition Procedures will be used per FAR 12. A firm Fixed Price Purchase order will be awarded. All pricing to include any and all costs but not limited to: overhead, general and administrative costs, profit, licensing/certification and transportation. *Notice of total Small Business Set Aside: 452.219-70 Size Standard and SIC Code Information. SIZE STANDARD AND SIC CODE INFORMATION (NOV 1996) The Standard Industrial Classi-fication Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation are listed below: NAICS CODE 221310 - WATER SUPPLY AND IRRIGATION SYSTEMS Size Standard $7MIL NOTICE TO LARGE BUSINESS: The USDA buying activity in Minneapolis, MN is committed to participation of Small Business, Small Disadvantaged Business and Women-Owned Small Business in the performance of work under this solicitation and resultant contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are bids are being requested and no other written solicitation will not be issued. All Responsible Small Business May Submit a Quotation For Consideration. ***Special Note:*** Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website:http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Offers submitted without completion of this provision will be considered nonresponsive.. Offeror is responsible for correct input and acceptance of info for on-line registration at time of bid submission. Anyone placing a bid with the USDA must be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 or consult online hand book at http://www.ccr.gov/handbook.aspx • All offers must contain A signed copy of the Price Schedule with line item prices and. **All pricing on schedule to include any and all costs but not limited to: overhead, general and administrative costs, profit, and transportation. • The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Past Perfoemance and Technical Capability, when combined are significantly more important than cost or price: trade off process. References are requested (See page 2 of Attachment 1). EVALUATION CRITERIA: 1. Past Performance 2. Technical Capability 3. Price 4. Delivery • The U.S. DEPARTMENT OF AGRICULTURE IS A TAX EXEMPT AGENCY. (EXEMPT FROM STATE AND FEDERAL TAX) This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far And http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html CCR Information can be found at http://www.ccr.gov Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform Federal Acquisition Regulation (FAR) The following clauses are applicable to This solicitation and are included in attachment 1 52.252-2 Clauses incorporated by reference with the same force and effect as if they were given in full text. Clauses incorporated by reference, have the same force and effect as if they were given in full text. (see attachment 1) Also, the full text of a clause may be accessed electronically at this address(es): http://www.acqnet.gov/far/ http://www.da.usda.gov/procurement/policy/agar_x/agar02/subchaph.html 52.212-3, Offeror Representations and Certifications - Commercial Items [Offeror to complete and return the applicable paragraphs at (c) through (n) in clause Offeror Representations and Certifications - Commercial Items of this solicitation only, if necessary. 52.212-4 Contract Terms and Conditions for Commercial Items. Contract Terms and Condition required to implement 52.212-2 Evaluation-Commercial Items 52.222-41, Service Contract Act The attached US Department of Labor Wage Determination WD-2005-2023, Revision 12, Dated 6/15/2010, for Maricopa County, Arizona, where the work will be performed Apply to this Service and are attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-S-10-423020/listing.html)
 
Place of Performance
Address: USDA, APHIS, PBWRF, 3645 E. Chipman Rd., Phoenix, Arizona, 85040, United States
Zip Code: 85040
 
Record
SN02209618-W 20100721/100719234213-8a57133a4cdd4951574911d7271ac8c7 (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.