Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

Z -- Lead Paint Removal - Martin Creek, Nevada - Attachments

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, SUITE 200, Boise, Idaho, 83709, United States
 
ZIP Code
83709
 
Solicitation Number
AG-0261-S-13-9043
 
Point of Contact
Tanya E. Arnberger, Phone: 2083734186
 
E-Mail Address
tearnberger@fs.fed.us
(tearnberger@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Building Measurements Building Photos Map Statement of Work This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. The solicitation number is AG-0261-S-13-9043. This solicitation is issued as a Request for Quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). Provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/ or http://www.acquisition.gov. This procurement is being issued as 100% Small Business Set-Aside. The North American Industrial Classification Standard: 562910 with a small business size of $19.0 (in millions of dollars). Quotes must be emailed to TEARNBERGER@fs.fed.us or faxed to (208)373-4197. Quotes are required to be received no later than 16:00 MST, Wednesday, September 4, 2013. Line Item 0001 - Lead Paint Removal - Martin Creek, approximately 40 miles northeast of Winnemucca, NV - Please see the following attachments: • Attachment 1 - SOW Lead Paint Removal Martin Creek, 5 pp • Attachment 2 - Map, 1 pp • Attachment 3 - Building Photos, 3 pp • Attachment 4 - Building Measurements, 1 pp • Attachment 5 - WD05_2333 Rev13 6_19_13, 10 pp Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. The following provisions and clauses apply to this acquisition: ADDENDUM TO FAR CLAUSE 52.212-4, Contract Terms and Conditions - Commercial Items The Following are added to the terms and conditions in FAR 52-212-4 AGAR 452.209 - 71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (FEB 2012) Alternate I (FEB 2012) (a) This award is subject to the provisions contained in sections 433 and 434 of the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, as amended and/or subsequently enacted, 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, amended and/or subsequently enacted. (End of Addendum) FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management; FAR 52.212-1 Instructions to Offerors---Commercial Items FAR 52.212-4 Contract Terms and Conditions---Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: • FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns • FAR 52.219-6 Notice of Total Small Business Aside • FAR 52.219-28 Post-Award Small Business Program Representation • FAR 52.222-3 Convict Labor • FAR 52.222-21 Prohibition of Segregated Facilities • FAR 52.222-26 Equal Opportunity • FAR 52.222-36 Affirmative Action for Workers with Disabilities • FAR 52.222-41 Service Contract Act of 1965 • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires EMPLOYEE CLASS - LABORER, WG-2 MONETARY WAGE, FRINGE BENEFITS - $14.13 • FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving • FAR 52.225-13 Restrictions on Certain Foreign Purchases; • FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. • FAR 52.233-3 Protest After Award; • FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.223-3 Alt 1 Hazardous Material Identification and Material Safety Data FAR 52.252-2 Clauses Incorporated by Reference FAR 52.237-1 Site Visit (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. No formal site visit is planned for this project. For further information, please contact Tanya Arnberger at the 208-373-4186 AGAR 452.209-70 and Alternate I Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (Deviation 2012-01). Alternate 1 (Feb 2012). The Contracting Officer shall use this alternate for all Forest Service solicitations above the micro-purchase threshold: (a.) Awards made under this solicitation are 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. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have 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. (End of provision) FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) (AUG 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/AG-0261-S-13-9043/listing.html)
 
Place of Performance
Address: Martin Creek, near Winnemucca, NV, Nevada, United States
 
Record
SN03168809-W 20130831/130830000726-f188e8f85ded271abbf5525c13833b05 (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.