Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2015 FBO #4894
SOLICITATION NOTICE

F -- Cultural Resource Surveys Hoosier National Forest - Combined Solicitation/Synopsis and Attachments

Notice Date
4/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin - Hoosier NF, 811 Constitution Ave, Bedford, Indiana, 47421, United States
 
ZIP Code
47421
 
Solicitation Number
AG-52B1-S-15-0009
 
Archive Date
5/30/2015
 
Point of Contact
Ashley Witmer, Phone: 8122764729
 
E-Mail Address
ashleyawitmer@fs.fed.us
(ashleyawitmer@fs.fed.us)
 
Small Business Set-Aside
HUBZone
 
Description
PWS and Attachments Combined 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 included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Solicitation number AG-52B1-S-15-0009 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 dated 10 April 2015. The NAICS is 541720; business size is $20.5M; acquisition is solicited as a 100% HUBZone small business set-aside. The Wage Determination(s) applicable to this requirement is/are: 2005-2183 Rev 15 dated 22 December 2014 (attached). Description of Item Requested: Cultural Resource Surveys for the Brownstown Ranger District of the Hoosier National Forest, IN. It is contemplated that the period of performance for this requirement is a base year and four option periods. A total performance period of 5 years is anticipated. All responsible HUBZone small business concerns may submit a quote that will be considered by this agency. The Government's intent is to make one contract award. The awarded contract will be a Requirements contract in accordance with FAR 16.503. Basis for award: A contract will be awarded to the offeror that is most advantageous to the Government IAW with the evaluation factors. All questions must be submitted in writing. All questions must be received by the Contract Specialist prior to 1:00 P.M. (EST) on 6 May 2015.The following provisions and clauses apply to this acquisition and are incorporated by reference (http://farsite.hill.af.mil): The provision at 52.212-1, Instruction to Offerors-Commercial Items (APR 2014) applies to this acquisition. Provision 52.212-2, Evaluation -Commercial Items (OCT 2014) is included in full text with fill in as follows: evaluation factors are price, past performance, and technical. Offerors are required to provide the attached Past Performance Questionnaire to current and/or previous customers for same or similar services. The questionnaires must be submitted directly to the Contracting Officer (address is on the questionnaire) by the parties completing the questionnaire. The successful offeror(s) must be registered in the System for Award Management (SAM) and complete the On-Line Representations and Certifications within SAM. The SAM website is www.sam.gov. Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications (MAR 2015). The following additional provisions apply to this acquisition: 52.237-1, Site Visit (APR 1984). The following clauses apply: 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2014); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2015), the following clauses apply (are checked) under this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012); 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011); 52.219-8, Utilization of Small Business Concerns (OCT 2014); 52.219-14, Limitations on Subcontracting (NOV 2011); 52.219-28, Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (APR 2015); 52.222-35, Equal Opportunity for Veterans (JUL 2014); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (JUL 2014); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (AUG 2013); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013); 52.222-41, Service Contract Labor Standards (MAY 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-17, Nondisplacement of Qualified Workers (May 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014). Other applicable FAR clauses incorporated by reference are: 52.223-2 -- Affirmative Procurement of Biobased Products Under Service And Construction Contracts (Sep 2013); 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008); 52.232-18, Availability of Funds (APR 1984); 52.228-5, Insurance-Work on a Government Installation; 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (DEC 2-13); and 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b4690b8d3b967f5e7352dfd14c41ea0)
 
Place of Performance
Address: Hoosier National Forest, Indiana, United States
 
Record
SN03703035-W 20150419/150417234603-5b4690b8d3b967f5e7352dfd14c41ea0 (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.