Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2013 FBO #4292
SOLICITATION NOTICE

A -- MAKUA MILITARY RESERVATION LONG-TERM MONITORING PROGRAM- ENVIROMENTAL MONITORING IDIQ

Notice Date
8/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-13-R-0019
 
Response Due
9/9/2013
 
Archive Date
10/22/2013
 
Point of Contact
Brian T. Gladney, 6016343908
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(brian.t.gladney@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
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. 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; quotes are being requested and a written solicitation will not be issued. Requisition No. W912HZ-13-R-0019 is being issued as a Request for Proposal (RFP) with the intent to award as an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The solicitation will be competed 100% as an 8(a) Set-Aside amongst Qualified Vendors Located in Hawaii. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-69. The NAICS Code for this procurement is 541712 Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a size standard of 500 employees. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC) at Waterways Experiment Station (WES), Vicksburg, MS, Geotechnical & Structures Laboratory has a requirement for the following: In accordance with the attached RFP (RFP W912HZ-13-R-0019). An award will be made based on the best value proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the non-price/cost factors. The Technical factor is significantly more important than the Past Performance factor and Price factor. Within the Technical factor, all subfactors are of equal importance. Past Performance is more important than Price. All of the non-price factors, when combined, are significantly more important than price. The vendor must submit the following so the Government can evaluate the offeror's proposal: 1) Completed RFP W912HZ-13-R-0019 (Attachment 1). Then vendor must provide pricing for each CLIN and Option CLIN amongst other requirements identified in Section M of the RFP. 2) Completed Past Performance Questionnaire (Attachment 2). The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-99 System for Award Management Registration (DEVIATION); 52.202-1 Definitions; 52.203-3 Gratuities; 52.203-5 Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 Offeror Representations and Certification--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids; 52.215-6 Place of Performance; 52.217-5 Evaluation Of Options; 52.217-9 Option To Extend The Term Of The Contract; 52.219-18 Alt I Notification of Competition Limited to Eligible 8(A) Concerns (Jun 2003) - Alternate I; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items: And the following clauses/provisions within 52.212- 5: 52.203-13, Contractor Code of Business Ethics and Conduct; 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; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 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 (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 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). The following Clauses are also applicable to this acquisition: DFARS 252.232-7010 Levies on Contract Payments; 252.243-7002 Requests for Equitable Adjustment. Quotes are due 9 September 2013 not later than 3:00 p.m. Central Standard Time by hard copy mailed to Engineering Research and Development Center Contracting Office, 3909 HALLS FERRY RD., VICKSBURG, MS 39180-6199, ATTN: Brian T. Gladney or email addressed to Brian.T.Gladney@usace.army.mil or. For all technical inquiries and questions relating to solicitation W912HZ-13-R-0019 contact Brian T. Gladney at 601-634-3908 or email at Brian.T.Gladney@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-13-R-0019/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03160936-W 20130825/130824000109-3f01cb0a7ef8f3f8ec0be2a200ec263b (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.