Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2013 FBO #4079
SOLICITATION NOTICE

V -- Apply limestone sand in St. Mary's Wilderness streams with helicopter - RFQ synopsis

Notice Date
1/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-13-0016
 
Archive Date
2/21/2013
 
Point of Contact
Sherry D Helmick, Phone: 540-265-5112, Dawn Kirk, Phone: 540-291-5211 or 540-291-2188
 
E-Mail Address
shelmick@fs.fed.us, dkirk@fs.fed.us
(shelmick@fs.fed.us, dkirk@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 clause. Complete entire clause and return if you have not completed Reps and Certs online, complete only paragraph 'b' and return only your response to paragraph 'b' if you have completed Reps and Certs online in SAM at https://www.acquisition.gov and do not need to make any changes for this solicitation to your online Reps and Certs Quote submission document. Complete this document and return to submit your quote. The entire synopsis document. This document shows the lats/longs for the streams and the number of tons of limestone to be distributed in each stream in a table which is easy to read. Combined Synopsis/Solicitation Solicitation Number: AG-3395-S-13-0016 Description: Contractor shall transport approximately 230 tons of limestone sand, via helicopter, and distribute it into numerous stream channels (in a single pile in each stream). The Government contemplates award of a firm fixed price contract resulting from this solicitation. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Quotation (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-64. This procurement is set aside for Small Business. The NAICS code is 481212 and the Small Business Size Standard is 1,500 employees. Interested sources shall submit a lump sum price for the following: ITEM 0001 Project must be completed before leaf-out, between the dates of March 1, 2013 to March 31, 2013, and should take no more than 4 consecutive days. No mechanized equipment is allowed in the Wilderness Area, including but not limited to chainsaws, ATV's, and landing of aircraft. Forest Service Contact will have 10 days notice prior to project implementation to control visitor access to the Wilderness for safety reasons. The Forest Service will provide the limestone sand at the staging area. The Forest Service has obtained permission for the use of the staging area which is on private land. The day and night security of any equipment on site is the responsibility of the contractor. Contractor will furnish the bucket(s) that can open and drop the load from controls in the helicopter as well as the equipment to load the sand into the bucket(s). Contractor is responsible for traffic control along the Blue Ridge Parkway during flights into and out-of the loading site. Contractor will distribute the limestone in the following amounts at these locations in the stream channel in a single pile. The project is in the Big Levels 7.5' USGS Quadrangle. Datum is in NAD83 Zone 17N. STREAM UTM Y_PROJ (Northing) UTM X_PROJ (Easting) Latitude Longitude Bear Branch 4198669 669042 37° 55' 11.507" N 79° 4' 36.530" W Chimney Branch 4199448 670005 37° 55' 36.121" N 79° 3' 56.447" W Upper St. Mary's River 4200438 669606 37° 56' 8.494" N 79° 4' 11.942" W Sugartree Branch 4198078 665927 37° 54' 54.410" N 79° 6' 44.537" W Mine Bank Creek 4198779 668129 37° 55' 15.685" N 79° 5' 13.812" W Hogback Creek 4201377 667560 37° 56' 40.313" N 79° 5' 34.928" W North tributary (a.k.a. Dawn's Branch) 4200641 668732 37° 56' 15.664" N 79° 4' 47.556" W Approximate staging/loading site location 4196647 666689 37° 54' 7.502" N 79° 6' 14.536" W   STREAM TONS OF LIMESTONE Approx. Distance from pick up (miles) Bear Branch 25 1.75 Chimney Branch 30 2.5 Upper St. Mary's River 70 2.75 Sugartree Branch 25 1 Mine Bank Creek 25 1.5 Hogback Creek 35 3 North tributary (a.k.a. Dawn's Branch) 20 3 Limestone pick up site on private land (Skylark Farm) south and east of Blue Ridge Parkway, north of Route 56, near radio and FAA facility (Montebello VOR) on Round Mountain. Elevation approximately 3400'. The material to be delivered is a coarse limestone sand that weighs 2025 pounds per cubic yard. Contractor Acceptance Statement: By submitting the offer, the Contractor agrees to all terms, conditions, and provisions included in the solicitation and agrees to furnish any awarded items at the price set in the schedule unless otherwise excepted as follows: _______________________________________________________________. The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012)   52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Past Performance of contractor 3. Price Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications - Commercial Items (DEC 2012) (Offeror must complete this certification online at https://www.acquisition.gov. or print this clause in full, complete the appropriate blocks, and submit with your offer). 52.212-4 Contract Terms and Conditions - Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2013) Clauses listed in 52.212-5 that apply to this solicitation: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003)) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) QUOTATION SUBMISSION AND RESPONSE TIME: • Complete the provided Quotation Submission Document, which includes a Technical Capability, Experience and Past/Present Performance Questionnaire, and return it to submit your quote. Include your DUNS # and your TIN # on the questionnaire. • Representations and Certifications (FAR 52.212-3) This clause has been included as a separate document for your use. If you are/were registered in Online Representations and Certifications Application (ORCA) please completed only paragraph (b) of the clause and return it. If you were not registered in ORCA you must complete the FAR 52.212-3 document and return it with your quote (see "Special Note below). Quotes must be received by 2:00 pm EST on Wednesday February 6, 2013. You can submit your quote by fax to 540-265-5109, by email to shelmick@fs.fed.us or by regular or express mail to: USDA, Forest Service, Attn: Sherry Helmick, 5162 Valleypointe Parkway, Roanoke, VA 24019-3050. SPECIAL NOTE: Successful contractor must be registered in the System for Award Management (SAM) and have completed the Reps and Certs online in SAM at (https://www.acquisition.gov) prior to award of contract. If you were previously registered in CCR and ORCA, your information has been migrated to SAM. Contact Sherry Helmick at 540-265-5112 or shelmick@fs.fed.us, or Anna Bryant at 540-265-5115 or ambryant@fs.fed.us if you have questions regarding this solicitation or to confirm receipt of your faxed quote. For technical questions or to arrange for a site visit you may contact Dawn Kirk at 540-291-2188 or 540-265-5161.   52.204-99 -- System for Award Management Registration (DEVIATION) Except for awards where the Govemmentwide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DFARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.   AGAR 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS ALT 1 (DEVIATION 2012-01) (FEB 2012) (a) This award is subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the Forest Service may terminate this contract for default and may recover any funds the awardee has received in violation of sections 433 or 434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-13-0016/listing.html)
 
Place of Performance
Address: George Washington & Jefferson National Forests, St. Mary's Wilderness Area, Augusta County VA, United States
 
Record
SN02969604-W 20130124/130122233951-ea280e085e576948b6d52fbc191b7135 (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.