Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2013 FBO #4309
MODIFICATION

F -- OPTION - Yellowstone National Park Winter Pasture

Notice Date
9/9/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
Grand Teton National Park, Moose, WY 83012
 
ZIP Code
83012
 
Solicitation Number
0040107423
 
Response Due
9/4/2013
 
Archive Date
3/3/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: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.The solicitation number is 0040107423 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 115210 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-09-04 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The DOI NPS IMR NORTHERN ROCKIES MABO requires the following items, Meet or Exceed, to the following: Base Period of Performance: 10/01/2013 - 06/01/2014 LI 001: Winter Pasture per attached Scope of Work (Base Year), 1, LS; Option 1 Period of Performance: 10/01/2014 - 06/01/2015 LI 001: Winter Pasture per attached Scope of Work (Option Year 1), 1, LS; Option 2 Period of Performance: 10/01/2015 - 06/01/2016 LI 001: Winter Pasture per attached Scope of Work (Option Year 2), 1, LS; Option 3 Period of Performance: 10/01/2016 - 06/01/2017 LI 001: Winter Pasture per attached Scope of Work (Option Year 3), 1, LS; Option 4 Period of Performance: 10/01/2017 - 06/01/2018 LI 001: Winter Pasture per attached Scope of Work (Option Year 4), 1, LS; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS IMR NORTHERN ROCKIES MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS IMR NORTHERN ROCKIES MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Payment requests must be submitted electronically thought the U.S. Department of the Treasury?s Internet Payment Platform System (IPP). Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitutes a proper invoice, the payment request must comply with the requirement identified in the applicable Prompt payment clause included in the contract, or the clause 52.212-4, Contract Terms and Conditions ? Commercial Items including in commercial item contracts. The IPP website address is : https://www.ipp.gov. The Contractor must use the IPP website to register and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 ? 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days. (End of Clause) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 90 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 6/1/2014. The Government?s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 6/1/2014, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) AWARD EVALUATION The government intends to award on a lowest price technically acceptable basis. To be deemed as technically acceptable, an offeror must show the following: Pasture must meet the requirements listed in the ?SPECIFICATIONS AND REQUIREMENTS? section of the statement of work. **The NPS will inspect the offered property to assure it complies with the minimum requirements. If the contractor is unable or unwilling to comply with the contract specifications, the offeror will be deemed technically unacceptable and the offer will be thrown out.** Offered pasture must be located no greater than 200 driven miles from Gardiner, MT. The Offerors shall include the following to show location details: a vicinity map (no scale specified) showing the location of the proposed site in relation to the nearest town and directions from the nearest town with route numbers and mileage of roads or highways used to reach the site; a topographic map of the proposed pasture; the location of private land owned by the offeror; the location of private land controlled by the offeror (together with the proof that the offeror has control of these lands for a minimum of 5 years); a list of the legal descriptions for all lands offered needs to be included in the proposal (township, range, section, quarter section, lots, etc.); a description of long-term control (at least 5 years) of land if land is not owned. The discussion shall include a description of the ownership and/or control of the land including proof of such control (this could include copies of sale documents, leases, or contracts for sale or lease contingent upon award of this contract). AWARD DETERMINATION ? The Government will award a contract to the offeror with the lowest price inclusive of option years that is deemed technically acceptable. Failure to provide all the information requested by the RFP may render the offer unacceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/0040107423/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN03180306-W 20130911/130909235645-714704f850e7c74d728b3fbbdf3f299c (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.