Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

N -- Poultry Cage Installation - Documents

Notice Date
5/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SC-S-17-836283-1
 
Archive Date
6/14/2017
 
Point of Contact
Joshua Dobereiner, Phone: 309-681-6410
 
E-Mail Address
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Statement of Work Wage Determination This is a combined synopsis/solicitation for commercial 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. Solicitation number AG-32SC-S-17-836283-1 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 238290 (Other Building Equipment Contractors), with a small business size standard of $15 million. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Labor for Installation Specifications: See attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Athens, GA 30605 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Past Performance references for up to 5 contracts similar in scope (utilize the attached Past Performance Evaluation Sheet) and (2) Price. Electronic submissions are preferred. Please email all proposals to josh.dobereiner@ars.usda.gov. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Price and (2) Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71, Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Price and Past Performance); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.222-62, Paid Sick Leave Under Executive Order 13706; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than 10:00 AM Eastern Standard Time on May 30, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dcaaa03efc5b647763515419f2dfba03)
 
Place of Performance
Address: Athens, Georgia, 30605, United States
Zip Code: 30605
 
Record
SN04515986-W 20170521/170519235123-dcaaa03efc5b647763515419f2dfba03 (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.