Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
MODIFICATION

F -- Farm Labor Service, for Agricultural Research

Notice Date
3/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
115115 — Farm Labor Contractors and Crew Leaders
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Pacific West Area, Area Office, 800 Buchanan Street, Albany, California, 94710-1105, United States
 
ZIP Code
94710-1105
 
Solicitation Number
AG-32SD-S-12-0009
 
Archive Date
5/1/2012
 
Point of Contact
Louise L. Snitz, Phone: 510-559-6022
 
E-Mail Address
louise.snitz@ars.usda.gov
(louise.snitz@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation No. AG-32SD-S-12-0009 is issued as an RFP (Request for Quotation). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. (iv) This procurement is 100% set-aside for small business; the NAICs code is 115115. $7.0M is the small business size standard. (v) Line Item No. 001. BASE YEAR: Provide farm labor services for approximately 17,600 hours (2,200 days x 8 hours/day, over the course of a year), at the hourly rate of:_____________. Line Item Nos. 002 is for Option Year One, for the following year, for 17,600 hours (2,200 days x 8 hours/day, over the course of a year), at the hourly rate of:___________. (vi) The work includes the following: Orchard work. Field 22, 5 acres. Approximately 1,000 trees, variety of stone fruit: peaches, nectarines, plums. 5 acres, trees of various ages and spacing, as follows: Pruning, Dec - Jan; Thinning, April; and Hand weeding, June-Aug. Vineyard work: Field 11, 4.4 acres; Field 12, 6.0 acres; Field 13, 5.1 acres; Field 21, 2.3 acres; Field 31, 5.0 acres; 23 acres altogether, such as Pruning, Dec - Feb, 2 workers, 45 days; Tying, Feb - mid-Mar, 2 workers, 15 days; Install vine trellis, Feb - April, 2 workers for 20 days; Plant seedling, April, 4 workers for 10 days; Rooting grapes - digs holes and plants, April,2 workers for 15 days; Install irrigation hoses, April - June, 1 worker for 20 days; Weeding, year-round, Mar - Oct, 3 workers, occasionally, year-round; Emasculate and pollinate grapes, April 20 - May 5, 10 workers for 9 days; Train seedling vines, May - July, 2 workers for 20 days; Position shoots and canes, April - May, 2 workers for 10 days; Tipping, thinning, girdling, May - June, 4 workers for 20 days; Attach ID labels on vine stake, May - June, 2 workers for 5 days; Harvest table grapes, July - Oct, 3 workers for 30 days; Clean harvested table grapes, July - Oct, 3 workers for 30 days; Harvest raisin grapes, Aug 15 - Oct 10, 2 workers for 10 days; Clean raisins, Oct 1 - Nov 15, 2 workers for 10 days; Install and maintain bird, scaring devices, April - Nov, 1 worker for 10 days; Miscellaneous work, Year-round, 2 workers for 10 days; Additional work: Primarily seed planting, Year-round, 4 workers. In total, approximately 10 workers are anticipated at any one time. The Government provides tools and implements for the laborers, except for ladders which shall be provided by the Contractor. Parking is available. Contractor shall provide 2 portable bathrooms, shade and water. Contractor shall provide safety training. Contractor shall pay workers on a weekly basis. Paycheck distribution shall be accomplished by the prime contractor directly to the farm laborer, without Government serving as an intermediary. Task orders will be issued, and modified, as needed. Minimum task order quantity is 100 hours; maximum task order quantity, after modifications, is 7,000 hours. Anticipated yearly quantity is 16,000 hours. Minimum guaranteed quantity is 2% of anticipated yearly quantity (320 hours). Maximum yearly quantity is 18,000 hours. (vii) The work will begin upon award and continue for the 1 year, for the BASE YEAR. The location is USDA, Agricultural Research Service, San Joaquin Valley Agricultural Science Center, 9611 S Riverbend, Parlier, CA (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The offeror may provide his/her quote on letterhead stationery. (ix) The provision 52.212-2, Evaluation-Commercial Items applies to this acquisition. The specific evaluation criteria are price, experience and past performance (references). Within the experience criteria: preference will be given for agreeing to hire the current farm laborers, thereby reducing the need for training of new employees. Provide a short narrative addressing these items. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer. (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 and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act -Price Adjustment (Multiple Year and Option Contracts) (xiii) The following clauses and provisions are incorporated into this solicitation: 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.228-11, Insurance-Work on a Government Installation; and 452.228-71 Insurance Coverage. The full text of all clauses and provisions are available at www.acqnet.gov and http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/subchaph.html#22871 The attached Wage Determination No. 2005-2046, Rev 13, dated 06/13/2011 is applicable (xiv) Offers are due at the USDA, ARS, Western Business Service Center, ATTN: L.Snitz; 800 Buchanan Street; Albany, CA 94710-1105, on April 16, 2012 at close of business (5:00 pm Pacific Daylight Time.) You may fax to 510-559-6023 or (preferably) e-mail to louise.snitz@ars.usda.gov. (xvi) Contact Louise Snitz, 519-559-6022 for additional information regarding this solicitation. There is a site visit 9:00 am Wednesday, April 4, 2012, at USDA, ARS, San Joaquin Valley Agricultural Science Center, Contact Tina Jack, 559-596-2960 for directions to the site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PWAO/AG-32SD-S-12-0009/listing.html)
 
Place of Performance
Address: USDA, Agricultural Research Service, San Joaquin Valley Agricultural Science Center, 9611 S Riverbend, Parlier, California, 93648-9747, United States
Zip Code: 93648-9747
 
Record
SN02704522-W 20120325/120323235117-af979e127090223d7b43d2e0a9c8a9d4 (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.