SOLICITATION NOTICE
R -- Temporary Services
- Notice Date
- 12/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
- ZIP Code
- 55403
- Solicitation Number
- AG-6395-S-15-0027
- Point of Contact
- Joanne R Mann, Phone: 612-336-3224
- E-Mail Address
-
Joanne.Mann@usda.gov
(Joanne.Mann@usda.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- i. This is a combined synopsis/solicitation for commercial items and services 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. ii. The solicitation AG-6395-S-15-0027 is issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. iii. This combined synopsis/solicitation incorporated provisions and clauses that in effect through Federal Acquisition Circular 2005-78. iv. The North American Industry Classification System (NAICS) code is 561320. Small business size: $12.5M in sales. This is a woman-owned small business set aside. Offerors must be registered in the System Award Management (SAM) at http://www.sam.gov in order to be considered for award. v. CLIN 01 - Quantity of 2 General Clerk I for up to 120 work days. CLIN 02 - Additional 120 work days for 2 General Clerk I, pending authorization from Human Resources Pricing shall be: CLIN 01: $ Per Hour X 2 workers x 960 hours = Total tiny_mce_marker.00 CLIN 02 (OPTION): $ Per Hour X 2 workers x 960 hours = Total tiny_mce_marker.00 The Department of Labor wage determination 2005-2519, Revision 16 dated 7/25/2014, applies to this requirement. vi. Duties The duties include a variety of clerical functions that directly support and affect the accuracy and timeliness of the USDA animal disease eradication and health monitoring program: Answer telephones, review and prepare documents, compile and process data, report preparation, record-keeping, typing of correspondence and documents as they pertain to Veterinary Services. Hours: 7:30 a.m. - 4:30 p.m., one hour unpaid lunch, Monday through Friday; 8 hours per day, 40 hours per week - Weekends, Federal holidays and overtime are not authorized. vii. Work Location: USDA APHIS Veterinary Services, 105 West Ocean Boulevard, Los Fresnos, TX 78566 Report to: Incident Commander (rotating position at this time) viii. Instructions to Offerors: Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. (Accessible at the FAR Site, http://farsite.hill.af.mil) Submit the following documents in response to this RFQ: a. Quotation Cover Page to include contact name, phone number and email address (A) b. Technical Capability Statement (B) c. Price Quotation (Attachment C) d. Past Performance- 3 references (Attachment D) Offers shall not exceed 10 pages. ix. Evaluation The Government will award a single purchase order firm fixed priced purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. For administrative and quality control purposes, additional consideration will be given to offerors who have an established management office within the State of Texas or a reasonable distance to the work location. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. xii. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111- 117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161); 52.217-8; Option to Extend Services (Nov 1999) Division D of Pub. L. 110-161); 52.217-9 Option To Extend The Term Of The Contract (MAR 2000); 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)); 52.219-30 Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2012)(15USC 637(m)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332): 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) General Clerk I -GS 303 Grade 4; 52.222-99 - Establishing a Minimum Wage for Contractors. (DEVIATION 2014-00017 June 2014)); 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013)AGAR 409.471 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants Offers are due on January 12, 2015, at 2:00 PM CT. All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than 11:00 PM CDT January 7, 2015. Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Joanne Mann, via email to: Joanne.Mann@aphis.usda.gov Offerors who fail to complete and submit the requirements above may be considered non-responsive.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-15-0027/listing.html)
- Place of Performance
- Address: 105 West Ocean Boulevard, Los Fresnos, Texas, 78566, United States
- Zip Code: 78566
- Zip Code: 78566
- Record
- SN03605628-W 20141231/141229234159-5a77e59a673a74112195cb830aa7a57e (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 |