Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

J -- USDA-NRCS Iowa ADA Vechicle Modifications - 123C7818R0005 PACKAGE

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485991 — Special Needs Transportation
 
Contracting Office
Natural Resources Conservation Service - Contracting Services Branch
 
ZIP Code
00000
 
Solicitation Number
123C7818R0005
 
Archive Date
1/27/2018
 
Point of Contact
Steven J Alves, Phone: 919-873-2115
 
E-Mail Address
steven.alves@wdc.usda.gov
(steven.alves@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
123C7818R0005 solicitation package Combined Synopsis/Solicitation (i) 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation number 123C7818R0005 is issued as request for quotation (RFQ). The acquisition procedures at FAR Part 12 are being utilized. The Government anticipates the award of a firm fixed-price, purchase order. Award will be made to the responsible offeror whose quote responds to the terms of the RFQ and is most advantageous to the government. (iii) The USDA-NRCS Iowa requires the modification of two vehicles (Ford F-150 and Ford Expedition) to conform to American with Disabilities (ADA) and National Mobility Equipment Dealers Association (NMEDA) standards. The offeror must provide literature explaining the capabilities of the equipment offered and how it meets the government requirements as well as outlining technical modifications to the vehicle(s) to ensure overall compliance to the MFR standards and NMEDA. (iv) This procurement is being handled on behalf of the USDA NRCS Iowa State Office by the USDA NRCS Contracting Services Branch Team 3, located in Raleigh, NC. Responses are due on January 12, 2018 no later than 1300hrs pm, Eastern Time. All offers shall be submitted electronically to the following address: Steven.alves@wdc.usda.gov It is the responsibility of the contractor to phone 919-873-2115 to confirm receipt. The government is not responsible for email delays or non-receipt. Submittals received after the deadline will not be considered. (v) This solicitation documents and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 dated 06 Nov 2017. (vi) This is a 100% set aside for small business. The applicable NAICS code is 485991 Special Needs Transportation, which has a size standard of $15.0M. For more information on size standards visit http://www.sba.gov/size. Active SAM Registration is required in order to be awarded the contract and must be active throughout the period of performance. (vii) Modification to vehicles (not all inclusive) are as follows: Item Number: 001 ADA MODIFICATION(s): Contractor to provide all materials, labor, and transportation necessary to modify vehicle to conform to ADA standards, NHTSA, and NMEDA QAP-103-2017 Guidelines. Details are as follows: Vehicle: F150 MFR: FORD VIN:1FTEX1EM1CFD07312 YEAR: 2012 Work: Pick Up/Delivery to USDA-NRCS Donnellson IA, 52625 Instruction Per NMEDA materials * Hand controls for braking and acceleration mounted on the right * spinner knob mounted on the steering wheel, to assist in steering * turny or drivers¿ seat capable of rotating and coming down to the level of an electric wheel chair * driver¿s seat, which should be of leather material rather than cloth * heavy-duty wheelchair lift, capable of lifting 350 lb. electric wheel chair in and out of the bed of the truck * lift needs to be able to be attached to the wheelchair by the operator while sitting in the driver¿s seat, then lift and swing the wheelchair into the bed of the truck * All needing hand held pendants or controls * topper for the truck bed, hinged on the right side of the bed, in order to be raised and lowered to cover the wheelchair *These should be powered by actuators rather than hydraulics *hand held controls Other Materials/Modifications Not listed Labor Item Number: 002 ADA MODIFICATION(s): Contractor to provide all materials, labor, and transportation necessary to modify vehicle to conform to ADA standards, NHTSA, and NMEDA QAP-103-2017 Guidelines. Details are as follows: Vehicle: Expedition 4x4 MFR: FORD VIN:1FMJK1GT4GEF21624 YEAR: 2016 Work: Pick Up/Delivery to USDA State Office, Des Moines, IA 50309 Instruction Per NMEDA passenger seat chair / materials Labor A passenger seat capable of rotating and coming down to the level of an electric scooter so employee can transfer into the seat, which should be of leather material rather than cloth, in order to slide onto, and then be lifted back into the passenger seat position (viii) Date(s) and Place(s) of Delivery and Acceptance. Equipment shall be delivered to USDA-NRCS Offices Donnellson and Des Moines, IA Delivery shall be no later than 90 days after receipt of order. (ix) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following addenda also apply. Offerors must read and follow these additional instructions to receive consideration: a. System for Award Management (SAM) Registration In order to comply with the Debt Collection Improvement Act of 1996, all Contractors must be registered in the System for Award Management, or SAM (formerly Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA)) prior to award of a Federal Contract. However, due to the need to promptly award a contract after receipt of quotes, registration in SAM, to include completion of the Representations and Certifications, and having a status of "Active" is required BEFORE submitting an offer. For information regarding registration visit www.sam.gov. b. Pricing and Certifications Offerors may utilize Attachment 2 to this solicitation to submit pricing quotations and will complete the following two required certifications: Certification at FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) and the Certification at AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. The offeror must complete the two certifications by reading and checking the appropriate box(es). (x) The Government intends to make an award to the Lowest Price Technically Acceptable based on the equipment features required by the government. In order to be considered a contractor must provide the following information: Price 1. SF1149, Request for Quotations with signature and pricing per vehicle Technical 2. Outline of technical approach and products necessary to accomplish ADA/NMEDA compliant vehicles Past Performance 3. Past Performance/Dealer/State associations that demonstrate dealer capabilities to meet end ADA/NMEDA compliant vehicle (Photos/Literature highly encouraged). Award will be made to the firm who has represented best value to the government. Technical Approach and Past Performance combined are more critical than price. Intentionally low pricing may result in non-responsive quotes. Failure to provide the information stated will result in a non-responsive quote. Questions related to this solicitation must be sent in writing to the Contracting Officer, Steven J Alves at steven.alves@wdc.usda.gov (xi) Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items. This must be completed at SAM.gov and the registration in an "Active" status. (xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda are not attached. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (25) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (46) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (54) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222- 40. (viii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241 (b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (xiv) Additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. Clauses 452.209-71 ASSURANCE REGARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS (a) This award is subject to the provisions contained in the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112- 55, Division A, Sections 738 and 739 regarding corporate felony convictions and corporate Federal tax delinquencies. Accordingly, by accepting this award the Contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the NRCS may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739. 452.224-70 CONFIDENTIALITY OF INFORMATION (FEB 1988) (a) Confidential information, as used in this clause, means - (1) information or data of a personal nature, proprietary about an individual, or (2) information or data submitted by or pertaining to an organization. (b) In addition to the types of confidential information described in (a)(1) and (2) above, information which might require special consideration with regard to the timing of its disclosure may derive from studies or research, during which public disclosure of primarily invalidated findings could create an erroneous conclusion which might threaten public health or safety if acted upon. (c) The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Contractor or that the Contractor is expected to generate which is confidential. Similarly, the contracting Officer and the Contractor may, by mutual consent, identify such confidential information from time to time during the performance of the contract. Failure to agree will be settled pursuant to the "Disputes" clause. (d) If it is established that information to be utilized under this contract is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. (e) Confidential information, as defined in (a)(1) and (2) above, shall not be disclosed without the prior written consent of the individual, institution or organization. (f) Written advance notice of at least 45 days will be provided to the Contracting Officer of the Contractor's intent to release findings of studies or research, which have the possibility of adverse effects on the public or the Federal agency, as described in (b) above. If the Contracting Officer does not pose any objections in writing within the 45 day period, the contractor may proceed with disclosure. Disagreements not resolved by the Contractor and Contracting Officer will be settled pursuant to the "Disputes" clause. (g) Whenever the Contractor is uncertain with regard to the proper handling of material under the contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this clause, the Contractor shall obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination, or publication. (h) The provisions of paragraph (e) of this clause shall not apply when the information is subject to conflicting or overlapping provisions in other Federal, State or local laws. 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988) (a) The Contractor agrees, in the performance of this contract, to keep all information contained in source documents or other media furnished by the Government in the strictest confidence. The Contractor also agrees not to publish or otherwise divulge such information in whole or in part in any manner or form, or to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the Contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The Contractor agrees to immediately notify in writing, the Contracting Officer, named herein, in the event that the Contractor determines or has reason to suspect a breach of this requirement. (b) The Contractor agrees not to disclose any information concerning the work under this contract to any persons or individual unless prior written approval is obtained from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PAYMENT PLATFORM (IPP) Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Payment Platform System (IPP) or the Contractor must be willing to accept payment by Government purchase card. The Contractor must use the IPP website (https://www.ipp.gov) to register, access, and use IPP for submitting invoices. Contractor assistance with enrollment can be obtained by calling (866) 973-3131.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2fa0e831800bc80e66db7e4e8c122e6)
 
Place of Performance
Address: Donnellson IA and Des Moines IA for vehicle pickup/delivery, Iowa, 50309, United States
Zip Code: 50309
 
Record
SN04758719-W 20171208/171206231209-f2fa0e831800bc80e66db7e4e8c122e6 (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  © 1994-2020, Loren Data Corp.