Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2014 FBO #4486
MODIFICATION

F -- REMOVAL AND DISPOSAL OF BIOLOGICAL/INFECTIOUS AND REGULATED MEDICAL WASTE, 6.2, UN3291, PGII SERVICES

Notice Date
3/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Agricultural Research Service - North Atlantic Area
 
ZIP Code
00000
 
Solicitation Number
AG-3JL0-S-14-0001
 
Point of Contact
Regina L. Dennis, Phone: 215-233-6553
 
E-Mail Address
regina.dennis@ars.usda.gov
(regina.dennis@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This order is amended to incorporate additional clauses, clarify terms, schedule a site visit, clarify per box/per lb price issue that are relative to this solicitation. Change the set-a-side from Unrestricted to Total Small Business. 3) PRICE WILL BE CALCULATED/BASED ON PER POUND RATHER THAN PER BOX V1. REQUEST FOR SERVICE AND PLACEMENT OF ORDERS The USDA, ARS Technical Representative (TR) is only authorized to schedule the pickup and shall submit the appropriate documentation (AD-700, etc.) to the procurement office the same day they call for a service pick-up. Only Government employees holding a Contracting Officer's Warrant are authorized to place orders with the Contractor. Orders can be placed on a purchase order or a Government Visa Credit Card. V2. PREVIOUS CONTRACTOR INFORMATION These services were previously performed by S.H. Biowaste, 104 G.P. Clement Drive, Collegeville, PA 19426. The services were previously acquired by our subcontractor Akima Facilities Management. V3. DESIGNATION OF CONTRCTING OFFICER'S TECHNICAL REPRESENTATIVE The TR (Thomas Niederriter 215-233-6567) is responsible for administering the performance of work under this purchase order/contract. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order/contract. On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. V4. SITE VISIT A Site Visit is scheduled for March 14, 2014 at 10.00 a.m. EDT local time. Please contact Regina Dennis, Purchasing Agent at 215-233-6553 or email regina.dennis@ars.usda.gov, to confirm your participation. There will only be one site visit scheduled for this project. IX. Addendum to Clause 52.212-4 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) (a) The Contracting Officer or the Contracting Officer's Technical Representative (TR) will inspect and accept the services provided under this contract. (b) Inspection and acceptance of the services shall be performed at: USDA, ARS, ERRC 600 East Mermaid Lane, Wyndmoor, PA 19038. 2. Item (g) Invoice is amended to include the following: (a) To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date 2. Contract Number 3. Tax Identification Number 4. Description, price, period of services performed, quantity of property and/or services actually rendered or removed for disposal. 5. Payment terms. 6. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. ADDITIONAL CLAUSES 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from April 01, 2014 (or date of award, whichever is later through March 31, 2015, plus any awarded option years.. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $250., the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of the Contracting Officer's Warranted Authority; or (2) Any order for a combination of items in excess of the Contracting Officer's Warranted Authority; or (3) A series of orders from the same ordering office within N/A days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. 52.216-22 -INDEFINIE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after March 31, 2015, or any awarded Option Period. 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 10 days prior to expiration of the contract (including options). 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 30 days prior to the contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 five (5) years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e7c1be6f3f2c8c425ab1ac9617409c9a)
 
Place of Performance
Address: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
Zip Code: 19038
 
Record
SN03302650-W 20140307/140305234545-e7c1be6f3f2c8c425ab1ac9617409c9a (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.