Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

B -- Wheat Harvesting - RFQ AG-32SD-RFQ-16-JC15

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115113 — Crop Harvesting, Primarily by Machine
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-RFQ-16-JC15
 
Archive Date
5/21/2016
 
Point of Contact
Joseph A. Covarrubio, Fax: 979-260-9413
 
E-Mail Address
joseph.covarrubio@ars.usda.gov
(joseph.covarrubio@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Directions to Grazinglands Research Lab Attachment III - Service Wage Rates Attachment II - Pasture Outline Attachment I - Statement of Work RFQ 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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation is attached. The solicitation number is AG-32SD-RFQ-16-JC15 and is issued as a request for quotation (RFQ). The acquisition is a 100% Small Business Set-Aside. The NAICS code is 115113, business size standard is $7.5 million. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-83. The Government intends to issue a firm-fixed price service contract for this requirement. The USDA, ARS, Grazinglands Research Laboratory, 7207 W. Cheyenne St., El Reno, OK 73036 has a requirement for Wheat Harvesting Services. This requirement consists of 5 Contract Line Item numbers for services for a base partial year and 4 option years. The price schedule, statement of work, pasture outline and service wage determination is included as attachments to this notice. Please read the statement of work for full specifications. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include with the bid schedule detailing the unit pricing and references for the proposed item. A minimum of 3 references are required and must have received the proposed services within the last three calendar years (Government references preferred but will accept commercial references). Past performance will be evaluated to determine the quality of the quoters demonstrated performance on work similar in size, scope and complexity to this requirement. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American-Supplies; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.222-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts); 52.233-3, Protest after award; 52.223-1 Biobased Product Certification; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Joseph Covarrubio, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile, Email or mail to the contacts listed in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f547113502bf2729b80a1d97b55c279)
 
Place of Performance
Address: USDA, ARS - Grazinglands Research Laboratory, 7207 W. Cheyenne Street, El Reno, Oklahoma, 73036, United States
Zip Code: 73036
 
Record
SN04085710-W 20160417/160415234414-5f547113502bf2729b80a1d97b55c279 (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.