Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2014 FBO #4484
SOLICITATION NOTICE

B -- Surface Wetness and Crop Yield Forecast Products from Satellite Imagery - Performance Work Statement

Notice Date
3/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Farm Service Agency, Acquisition Management Division, Contracts Operations Branch, 1280 Maryland Avenue, SW, Portals Bldg., Room 508A, Washington, District of Columbia, 20250-0567
 
ZIP Code
20250-0567
 
Solicitation Number
AG-3151-S-14-0024
 
Archive Date
3/28/2014
 
Point of Contact
richard authier, Phone: 2027209463
 
E-Mail Address
richard.authier@wdc.usda.gov
(richard.authier@wdc.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation CLINS Performance Work Statement Solicitation Number: AG-3151-S-14-0024 Notice Type: Combined Synopsis/Solicitation SYNOPSIS: This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information and attachments included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-3151-S-14-0024. This solicitation is issued as a Request for Quotation (RFQ) for the acquisition of surface wetness and crop yield forecast products derived from satellite imagery. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR), FAC 2005-72b. This RFP is being issued in accordance with FAR Part 12- Acquisition of Commercial Items and FAR Part 13- Simplified Acquisition Procedures. Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation, and will be most advantageous to the Government. The Government contemplates the award of a single firm-fixed price contract resulting from this solicitation. The applicable NAICS code is 541690. DESCRIPTION OF REQUIREMENT/SPECS/WORK STATEMENT See attached PWS   PERIOD OF PERFORMANCE: The anticipated Base Period of performance for this contract will be as follows: Base Period: April 1, 2014 - March 31, 2015 Option Periods may be exercised based upon the continuing need, past performance, fund availability, and at the Government's sole discretion. The anticipated option periods are as follows but may change depending on actual contract award date: Option Period One: April 1, 2015 - March 31, 2016 Option Period Two: April 1, 2016 - March 31, 2017 Option Period Three: April 1, 2017 - March 31, 2018 Option Period Four: April 1, 2018 - March 31, 2019 PLACE OF PERFORMANCE: All work will be performed at the contractor facility in support of the USDA Foreign Agriculture Service. RFP QUESTIONS: Any questions concerning this RFP shall be submitted to the Contracting Office via email to: Mechelle.Dickey@wdc.usda.gov, with a cc: to Richard.Authier@wdc.usda.gov, by 10:00 a.m. Eastern Standard Time (EST) on March 7, 2014. FAR PROVISION 52.212-2 - INSTRUCTIONS TO OFFERORS: Proposals submitted in response to this RFQ shall be formatted in accordance with the instructions provided. Vendors shall furnish proposals in electronic form. Proposals shall be submitted as its own document in MS Word or Adobe Acrobat format. The total page count for all volumes of the proposal should not exceed 15 pages. Excess pages may not be evaluated. Cover pages, cover letters, tables of contents, and appendices are included in the page count. Submission of proprietary information is not desired. Each paragraph shall be separated by at least one blank line. A standard Arial or Times New Roman 12 point minimum font applies. Tables and illustrations may use a reduced font not to be less than 8 point font. Margins shall be set at 1". The submission shall be clearly indexed and logically assembled. All pages shall be appropriately numbered and identified by the complete company name and date. Electronic versions of the Offeror's proposal shall be submitted to Mechelle.Dickey@wdc.usda.gov by 10:00 a.m. Eastern Standard Time (EST) on March 13th, 2014. The proposal shall include a complete discussion of the factors identified below: Factor I -Technical Approach Factor II - Past Performance Factor III - Price EVALUATION OF PROPOSALS: 52.212-2: Evaluation - Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the best value to the Government- price and other factors considered. Technical and Past Performance, when combined, are more important than Price. Factor I - Technical Approach The offeror will be evaluated on its ability to: 1) Meet the Government's objective to acquire surface wetness and crop yield forecast products derived from passive microwave satellite imagery from the SSM/I sensor and defining the length of period for its SSM/I historical archive for producing the SSM/I anomaly products. 2) Demonstrate a clear understanding of the work to be performed by providing a sample of the deliverables for the monthly SSM/I surface wetness product for February 2014. 3) Demonstrate the ability to perform the tasks and deliverables of the SOW by providing a sample of the deliverables for the monthly crop yield forecast product for February 2014. Factor II - Past Performance The offeror will be evaluated on its ability to perform by submitting up to two past projects of a similar scope to the Performance Work Statement. The offeror shall successfully demonstrate its ability to carry out a contract of this nature by including a description of the timeliness and quality of services provided; a brief description of how the project(s) relate to this project; and how the success of the prior project(s) was determined. The offeror shall include all relevant information regarding past projects, including contract number, value, description, and technical/contracting points of contact's (POC's) names, telephone numbers, agency and e-mail addresses. Factor III - Pricing The Government will evaluate offers for award purposes by adding the total price for the base period and all option periods. Evaluation of options will not obligate the Government to exercise the options. Offers containing any charges for failure to exercise any option will be rejected. Reasonableness: The Government will evaluate price and determine price reasonableness based on comparative, competitive pricing among the offerors and as compared to the Government's own Independent Cost Estimate. The reasonableness of proposed price and option periods shall also be assessed by the acceptability of the Offeror's methodology used in developing the price estimates. For the price to be reasonable, in its nature and amount, it should be commensurate with what would be incurred by a prudent person in the conduct of a competitive business.. Only reasonable offers will be considered for award. Unreasonably high or low offers present a risk to the government in achieving a best-value solution and, therefore, will not be considered. Offerors shall provide pricing by filling out the attached contract line item structure: See Attached CLIN Structure 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. Applicable Provisions: AGAR 452.209 - 70, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) (a) Awards made under this solicitation are subject to the provisions contained in sections 738 and 739 of the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012 (P.L. No. 112-55), Division A, as amended and/or subsequently enacted, 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) The 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 or State 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. AGAR 452.209 - 71, ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS (a) This award is subject to the provisions contained in sections 738 and 739 of the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112-55, Division A, 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 or State 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, USDA/FSA may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739, as amended and/or subsequently enacted. 52.223-1 Bio-based Product Certification (May 2012) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c) (3)), the Offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 3201, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the Offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements [End of Provision] FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR - https://www.acquisition.gov/FAR/ AGAR - http://www.dm.usda.gov/procurement/policy/agar_x/agar04/index.html Clauses incorporated by reference: The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). FAR 52.204-7 -- System for Award Management (Jul 2013) FAR 52.204-14 - Service Contract Reporting Requirements FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2013) FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sept 2013) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2014) FAR 52.217-5, Evaluation of Options (July 1990) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (Feb 2014) FAR 52.225-19, Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States. FAR 52.232-25, Prompt Payment (July 2013) FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). FAR 52.233-4, Applicable Law for Breach of Contract Claim (Pub.L.108-77, 108-78). (Oct 2004) Clauses incorporated in full text: FAR 52.217-8, Option to Extend Services (Nov 1999) 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 1 day before the contract expires. FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 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 66 months. FAR 52.225-14, Inconsistency Between English Version and Translation of Contract (Feb 2000) In the event of inconsistency between any terms of this contract and any translation into another language, the English language meaning shall control. ***This request for quotation does not commit the Government to pay any costs incurred in the submission of any quotation or in making necessary studies for the preparation thereof. Nor does it commit the Government to procure or contract for said services. The Contracting Officer is the only individual who can commit the Government to the expenditure of public funds in connection with this proposed procurement. Since award may be made without discussions, Offerors are not to expect or assume that opportunities to address any deficiencies, such as incomplete information, will be given.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FSA/MSD/AG-3151-S-14-0024/listing.html)
 
Place of Performance
Address: Principal Place of Performance: Contractor Facility, Deliverable Delivery:, USDA/FAS/OGA/IPAD, 1400 Independence Ave, SW, MS-1051, Room Number 4611, Washington, DC 20250, Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN03300821-W 20140305/140303234257-c448fc2f505d36d2ab3c524bd56df505 (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.