Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

F -- NATIVE SEED INCREASE

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
BLM ID-STATE OFC HR&ADM SVC (ID953) 1387 S. VINNELL WAY BOISE ID 83709 US
 
ZIP Code
00000
 
Solicitation Number
L16PS01421
 
Response Due
9/20/2016
 
Archive Date
10/5/2016
 
Point of Contact
Barker, Diane
 
Small Business Set-Aside
Total Small Business
 
Description
NATIVE SEED INCREASE Amendment 1 is to add in line item 0030, Achillea millefolium (Native yarrow) Seed Increase 1 plot for 2 years. Price should include all soil preparation cost, harvesting cost, and 30 lbs of seed 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; proposals are being requested and a written solicitation will not be issued. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number L16PS01421. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-89. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 115112, Soil Preparation, Planting, and Cultivating with a small business size standard of 7.5 million for the firm and its Affiliates, for the preceding three (3) fiscal years. Multiple awards may be issued if it is in the best interest of the government. The line item numbers are: 0010, Pseudoroegneria spicata (Bluebunch Wheatgrass) Seed Increase from 2 empirical seed zones for 3 years. Price per plot should include all soil preparation cost, harvesting cost, and 200 lbs of seed Price per plot year 1$__________total$___________ Price per plot year 2$__________total$___________ Price per plot year 3$__________total$___________ Line Item Total $___________ 0020, Lupinus sericeus (Silky lupine) Seed Increase 1 plot for 2 years. Price should include all soil preparation cost, harvesting cost, and 10 lbs of seed Price for year 1$_________ Price for year 2$_________ Estimated Period of Performance: 11/01/2016 ¿ 12/31/2019 F.O.B. Point: Destination Usage Tax: Quotes must include all Federal, State usage, and local taxes. The following provisions and clauses apply to this procurement: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance, and price listed in descending order of importance. Past performance will be based on the Contracting Officer ¿s knowledge, contacting provided references, and other reasonable sources. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-6; FAR 52.222-3; FAR 52.222-21; FAR 52.222-22; FAR 52.222-26; FAR 52.222-36; FAR 52.225-1; FAR 52.232-33); (paragraph (c) following clauses apply; FAR 52.222-41; FAR 52.222-42); FAR 52.204-7 System for Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.211-5 Material Requirements; FAR 52.211-6 Child Labor-Cooperation with Authorities and Remedies; 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.223-3 Alt. 1 Hazardous Material Identification and Material Safety Data; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.236-2 Differing Site Conditions; FAR 52.237-1 Site Visit; FAR 52.242-15 Stop-Work Order. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Beginning May 1, 2011, the Department of the Interior (DOI) will require the use of IPP for the electronic submittal of invoices and exchange of payment information to its suppliers of goods and services. The use of IPP for submittal of invoices is a mandatory requirement for all new contract awards dated on/after May 1, 2011. Please visit the IPP website at https://www.ipp.gov/ for questions on the program, contact information, demonstrations, registration video and seminar schedules that you may attend. For IPP enrollment questions, please contact the IPP Helpdesk (866-973-3131) or email IPPgroup@bos.frb.org for assistance. For DOI-specific questions regarding the mandatory use of IPP, please email the DOI IPP Team at FBMS_IPP@FBMS.DOI.GOV. 52.222-49 -- Service Contract Labor Standards -- Place of Performance Unknown. Service Contract Labor Standards -- Place of Performance Unknown (May 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by COB on September 16, 2016. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - PAST PERFORMANCE: Offeror shall provide: Company/organization names, name of contact person and telephone number for at last three (3) contracts (non-military) performed within the last year of a similar product/magnitude. Past performance can be based on the Contracting Officer's knowledge, contractor provided references, and other reasonable sources. Past performance shall equal price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision) Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of days, the unit price, and the extended price. Offers are due to the BLM- Idaho State Office, 1378 S. Vinnell Way, Boise ID 83709 by 5:00 pm MT, on September 19, 2016. Fax quotes will be accepted at (208) 373-3915. All questions regarding this requirement shall be directed to the contracting officer at (208) 373-3911 or by email to dbarker@blm.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L16PS01421/listing.html)
 
Record
SN04274442-W 20160917/160916000625-848f76c034bb7ea40ce6ec271373deb8 (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.