Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

S -- NADC Wastewater Sedimentation Removal, Chamber Cleaning - Attachments

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-6125-S-13-0032
 
Archive Date
8/27/2013
 
Point of Contact
Matthew Treska, Phone: 5153377415
 
E-Mail Address
matthew.treska@ars.usda.gov
(matthew.treska@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
DOL Wage Rates Commercial FAR Clauses Statement of Work 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; quotes are being requested and a written solicitation will not be issued. Solicitation AG-6125-S-13-0032 is being issued as a Request for Quotes (RFQ) for commercial service. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective August 1, 2013. The 2012 NAICS code applicable to this acquisition is 562991, Product Service Code S222. Sources Sought posting AG-6125-SS-13-0007 did not yield at least two potential small business vendors; this solicitation is for full and open competition, no set-aside is utilized. The USDA, ARS, National Animal Disease Center (NADC) has a requirement for a contractor to periodically remove non-infectious wastewater sediment and clean compartments as stated in the attached Statement of Work (SOW). Offerors must include all associated costs and state on quotes any variances between their offered products/services and the SOW. Any resulting award from this solicitation will be a fixed price contract for two to three removals/cleanings in a one year period. This project is subject to the Service Contract Act of 1965; the Department of Labor's prevailing wage rates table for Story County, IA is attached. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award offerors shall provide: 1) A quote on company or formal letterhead, complete with DUNS number, detailing the offered work description, comparison to the posted SOW, acceptable payment method (credit card, ACH/EFT, or either), price per cleaning, and total maximum price; 2) At least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed (or similar) and, if possible, include the email address of the reference person to be contacted; 3) A completed copy of AGAR 452.209 - 70, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (attached, Commercial FAR Clauses bottom of page 6 & top of page 7); and 4) BioPreferred (BP) and Environmentally Preferable (EP) supplies suitable for use in this project. Product categories are listed here: http://www.biopreferred.gov/ProductCategories.aspx with minimum biobased content standards. Product verification and a BP catalog can be found here: http://www.biopreferred.gov/bioPreferredCatalog/faces/jsp/catalogLanding.jsp. EP categories are listed in the second section here: http://www.epa.gov/epp/pubs/products/construction.htm. If BP and/or EP products are unable to meet the SOW requirements, a statement from the Offeror as to such must be included. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer to be considered. NOTE: Vendors MUST have a SAM record (www.sam.gov) showing "Active" at the time of quote submittal to be considered for award. 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 acceptability of offered services. 2. Best overall value to the Government. 3. Past performance as stated by references. Technical and past performance, when combined, are approximately equal to cost or 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. (End of provision) AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract will be from approximately September 2, 2013 through September 1, 2014. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-NADC, 1920 Dayton Avenue, Ames, IA 50010. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Matthew Treska, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than Noon Central Time, August 26, 2013. Quotes and other required documents may be submitted by email: matthew.treska@ars.usda.gov or facsimile to (515) 337-7243 if desired. NO EXCEPTIONS OR EXTENSIONS WILL BE GRANTED FOR QUOTES SUBMITTED TO AN ERRONEOUS EMAIL ADDRESS, ERRONEOUS FAX NUMBER, OR WHO MISSED THE POSTED DEADLINE. Additional information may be obtained by contacting the Purchasing Agent at matthew.treska@ars.usda.gov. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e234d3a8fc91d5d18d1ceea082fa2037)
 
Place of Performance
Address: USDA-ARS-NADC, 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN03138289-W 20130808/130806235301-e234d3a8fc91d5d18d1ceea082fa2037 (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.