Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
SOLICITATION NOTICE

P -- Inoperable/Non Drivable vehicles needed for The National Dog Detector Training Center - Attachment_1

Notice Date
6/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488410 — Motor Vehicle Towing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-PPQ-17-859348
 
Archive Date
9/29/2017
 
Point of Contact
Carol R. Dingess, Phone: 970-494-7360
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Interested vendors please complete and return Attachment_1 by notice closing date and time (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13 using the format found at FAR Subpart 12.6 - Streamlined Procedures for evaluation and solicitation for commercial items and supplemented with additional information included in this notice. Contracting officers shall use the policies in this part in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in Part 13, Simplified Acquisition Procedures; Part 14, Sealed Bidding; or Part 15, Contracting by Negotiation, as appropriate for the particular acquisition. Contracts for the acquisition of commercial items are subject to the policies in other parts of the FAR. When a policy in another part of the FAR is inconsistent with a policy in this part, this part 12 shall take precedence for the acquisition of commercial items. (ii) This solicitation number APHIS-PPQ-17-859348 is being issued as a, request for quotation (RFQ) (iii) In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2 (Feb 1998);The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s) https://www.acquisition.gov/ https://www.acquisition.gov/far/index.html (iv) This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. (Nov 2011) In accordance with Agricultural Acquisition Regulation ( AGAR )452.219-70 (NOV 1996) Size Standard and NAICS Code Information : The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below: NAICS Code - 488410 Motor Vehicle Towing Size Standard $7.5 Mil (v) List of contract line item number(s) and items, quantities and units Line 001 14ea inoperable/Non Drivable passenger vehicles to the new training area at the USDA/APHIS/PPQ Training Center located at 360 International Park in Newman, GA, 30265 Please list make, model and year for each car on Attachment_1. Line 002 - Delivery of 14 inoperable/Non Drivable passenger vehicles and removal of 2 on-sight inoperable/Non Drivable vehicles All cost to include but not limit to: overhead, general and administrative, profit, insurance, and shipping. (vi) Description of requirements for the items to be acquired. The U.S. Department of Agriculture, National Dog Detector Training Center in Newman, GA is currently outfitting a new outside covered dog training facility with 14 training vehicles to accurately train dogs in the Customs and Border Protection Agency. These vehicles will be used to help meet certain criteria according to the regulations of the training program to represent a vehicle in real life situations. The vehicles will be classified as excess equipment because of their status as inoperable or non-road worthy and will not have license plates issued nor will a title be issued with each vehicle to the requesting Government Agency. (vii) Place(s) of delivery and acceptance and FOB point. FOB Destination Address: USDA/APHIS/PPQ /NDDTC 360 International Park Newman, GA, 30265 1. Shipment will be FOB Destination and Inspection and acceptance is in accordance with FAR Clause 52.212-4(a) 2. For Invoice Processing and Payment. NO ALTERNATE PAYMENT TERMS ACCEPTED Payment is 30days After Receipt of Supplies or Services and upon acceptance of proper invoicing in accordance with Prompt Payment Act (31 U.S.C. 3903) USDA uses the Invoice Processing Platform (IPP) for electronic submission and tracking of purchase orders, invoices, and payment information to its suppliers of goods and services: Enroll at https://ipp.gov. The IPP is a government-wide secure web-based invoice processing service offered free of charge to government agencies and their suppliers by the U.S. Department of Treasury's Financial Management Service (FMS). Upon contract award, you will receive a notification of your one-time enrollment requirement in an automatic invoice payment notification system available through IPP. This one-time enrollment in IPP means that you will receive a series of e-mails from Treasury services. Contractors must submit invoices and attach all supporting documentation as required within 5 business days of completion of services provided. Supporting documentation include,for example; maintenance inspection checklist, timecard for labor, travel receipts etc.. The COTR will review the supporting documents before approving invoices in IPP, if supporting documentation is not provided the invoice will be rejected. IPP will issue a notification to contractor that they must submit supporting documentation and resubmit the invoice. Please see https://www.ipp.gov/vendors/enrollment-vendors.htm and Submit invoices through the Invoice Processing Platform (IPP) Enroll at https://www.ipp.gov/ IPP is a secure, web-based system that manages government invoicing. 3. The U.S. Department of Agriculture is a tax exempt agency. (Exempt from state and Federal tax) Tax ID Number : 41-0696271. Tax Exempt # 4700 (viii) Page 2 Instructions to Quoters-Commercial, applies to this acquisition. (ix) EVALUATION: IAW FAR 13.106-1 (2) Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible Quote conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. (x) Quotes are to include a completed Representations and Certifications-Commercial Items, to be completed online at www.sam.gov (xi) The clause at 52.212-4, (Jan 2017) Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, (Jan 2017) Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses and provisions also apply to this acquisition FAR Clause 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR Clause 52.204-18 Commercial and Government Entity Code Maintenance. FAR Clause 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems. FAR Provision 52.252-1 Solicitation Provisions Incorporated by Reference. FAR Provision 52.212-3 Offeror Representations and Certifications-Commercial Items. (xiii) Warranty Implied Warranty - The Government's post award rights contained in 52.212-4 are the implied warranty of merchantability, the implied warranty of fitness for particular purpose and the remedies contained in the acceptance paragraph. Additional Warranty - : Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Quoter shall extend to the Government the full coverage of any standard commercial warranty normally Quoted in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. (xiv) This requirement has no DPAS rating. Defense Priorities and Allocation System (DFAS) does not apply as this acquisition is not in support of an approved national defense, emergency preparedness, or energy program. (xv) The date, time quotes are due is: 06/20/2017 at 4:pm Interested Vendors Please Return Attachment_1 via email, fax or mail to: Carol Dingess Email: Carol.Dingess@aphis.usda.gov Mailing Address: Attn: Carol Dingess Sol# APHIS-PPQ-17-859348 USDA/ APHIS/MRPBS/AAMD 2150 Centre Avenue Building B (MS -2E20) Fort Collins, CO 80526 Ph# 970-494-7360 Fax# 970-472-1897 Attn Carol Dingess (2E20) (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Same as (xv)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-PPQ-17-859348/listing.html)
 
Place of Performance
Address: USDA/APHIS/PPQ /NDDTC, 360 International Park, Newman, Georgia, 30265, United States
Zip Code: 30265
 
Record
SN04532011-W 20170607/170605234426-11cfeb0ebb84414f3e7060d972e58291 (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.