Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
MODIFICATION

R -- An Up-to-date Listing of Grocery Retailers in the United States - Amendment 1

Notice Date
9/15/2010
 
Notice Type
Modification/Amendment
 
NAICS
541910 — Marketing Research and Public Opinion Polling
 
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
AG-6395-S-10-0163
 
Archive Date
10/2/2010
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
ADDENDUM II -- REPLACEMENT OF PRICE SCHEDULE AND STATEMENT OF WORK CLARIFICATION This Combined Synopsis/Solicitation is being modified to replace the Price Schedule and clarify the Statement of Work. The original price schedule in Addendum I is based on an estimated number of store locations provided during the year. A better alternative is a price schedule based on the number of deliverables (reports run) for this project. A new price schedule is added in Addendum II based on the number of reports run to replace the original price schedule. Combined Synopsis/Solicitation (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. This combined synopsis/solicitation will result in firm fixed-price line items in an indefinite delivery, indefinite quantity type contract with a base and _4_ option years, unless extended or terminated. (ii) The reference number is __AG-6395-S-10-0163__ 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.acquisition.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) It is anticipated that a single award will be awarded. This will be a full and open, unrestricted award. The associated NAICS code for this effort is __541910__ and small business size standard is _$7.0 million_ annual sales. (v) This requirement consists of __5__ contract line item numbers (CLINs) for services for base year and 4 option years: CLIN 1: _ retail store location data _ in accordance with the Statement of Work (SOW) listed in Addendum I; CLIN 2: _ retail store location data_ in accordance with the SOW; CLIN 3: _ retail store location data_ in accordance with the SOW; CLIN 4: _ retail store location data_ in accordance with the SOW; and CLIN 5: _ retail store location data_ in accordance with the SOW. (vi) The Note to Offeror/Price Schedule/Statement of Work is provided in Addendum I to this combined synopsis/solicitation. The vendor shall return a completed copy of the Note to Offeror requirements with its quotation. (vii) The Statement of Work for this requirement is provided in Addendum I to this combined synopsis/solicitation. (viii) Delivery and acceptance of deliverables will be FOB destination. (ix) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (x) 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) delivery time; (iii) price; and (iii) past performance. Technical capability, delivery time, and past performance, when combined, are equally important when compared to price. A competitive firm-fixed price, indefinite delivery, indefinite quantity award will be made to the responsible firm with the best value quote, trading off expected value against probable costs. The quote, at a minimum, must meet or exceed the acceptability standards for non-cost factors: technical capability based on the SOW, delivery time, and past performance. Additional guidance on price and past performance is provided under provision 52.212-1. Offerors with no past performance will be rated neutral. (xi) 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.acquisition.gov/far and in Attachment 1. (xii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. FAR 52.212-5 applies, and the following clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and is applicable to this acquisition: 52.219-28 Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); 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); 52.222-41; 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The additional clauses and provisions also apply to this acquisition: Period of Performance (FEB 1988); 52.216-18 Ordering (Oct 1995); 52.216-19 Order Limitations (Oct 1995); 52.216-22 Indefinite Quantity (OCT 1995); 52.216-27 Single or Multiple Awards (Oct 1995); 452.216-73 Minimum and Maximum Contract Amounts (FEB 1988); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (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. (xiv) No applicable Numbered Notes. (xv) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Michael Chiodi, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Friday, __September 17, 2010___. Faxing or emailing quotes is acceptable. (xvi) The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached at michael.j.chiodi@aphis.usda.gov, (612) 336-3203, or by fax, (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0163/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN02283716-W 20100917/100916000718-745cc835b8d18da4383e592eec27966b (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.