Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

F -- Critical Ecosystems Studies Initiative (CESI): Provides scientific information for ecosystem restoration & to guide its own land management responsibilities for its restoration. Proposals for new & continuation projects are being solicited.

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
SER - Everglades National Park Contracting & Property Management 40001 State Road 9336, Ph: (305)242-7790 Homestead FL 33034
 
ZIP Code
33034
 
Solicitation Number
Q528404CESI
 
Response Due
4/14/2004
 
Archive Date
3/4/2005
 
Point of Contact
Jacqueline Bell-Willock Contracting Officer 3052427791 ;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
TO VIEW THE FULL ANNOUNCEMENT PLEASE GO TO: http://www.fedgrants.gov, click on "Applicant", click on "Search Grants Postings", in Full Text Search, type "Q528404CESI", click on "Full Announcement 1" (which contains the full announcement/RFP). This is a COMBINED SYNOPSIS (Broad Agency Announcement-BAA) / SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in FAR subpart 12.6 (for contract awards), as supplemented with additional information included in this notice, such as Director's Order #20: Agreements (for agreement awards). This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q528404CESI is issued as an Request for Proposals (RFP) and will be awarded using Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) are 541710 (the size standard is 500 employees) and 541720 (the size standard is $6,000,000). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25. The following FAR provisions and clauses are applicable to this acquisition (to view the clauses in full go to http://www.arnet.gov/far): FAR 52.2211-06, Brand Name or Equal FAR 52.212-01, Instructions to Offerors-- Commercial Items, FAR 52.212-02, Evaluation of Commercial Items, FAR 52.212-03, Offeror Representations And Certifications - Commercial Items (Note: All offerors are required to submit ONLY ONE (1) completed copy of this clause to the Contracting Officer with their proposals.), FAR 52.212-04, Contract Terms and Conditions-- Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, FAR 52.213-4, Terms and Conditions-Simplified Acquisition (Other Than Commercial Items), FAR 52.217-8, Option to Extend Services, FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-11, Restrictions on Certain Foreign Purchases FAR 52.232-18, Availability of Funds FAR 52.232-19, Availability of Funds for the Next Fiscal Year FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. DOI 1452.228-70, Liability Insurance - Department of Interior: (a) The Contractor shall procure and maintain during the term of the contract/agreement and any extension thereof, liability insurance in form satisfactory to the Contracting Officer by an issuance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $200,000.00 each person, $500,000.00 each occurrence, and $20,000.00 property damage. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract/agreement number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract/agreement services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. FAR 52.406-7, Central Contractor Registration-CCR (to view the clause in full go to http://www.arnet.gov/far): As part of the E-Government Integrated Acquisition Environment (IAE) initiative throughout the Federal Government, all vendors who are awarded Government contracts/agreements must be registered on the Central Contractor Registration (CCR) website: www.ccr.gov. Vendors who used Electronic Commerce (EC) in the past, effective March 31, 2003, the EC website will no longer accept any changes to your firm's vendor record. Any changes to your firm's vendor record on the EC website must be accomplished through CCR. All company information on this site will be validated through CCR. If your firm is awarded contracts/agreements, your firm will be required to register on CCR (or your firm will need to make any updates to your current vendor record at CCR at www.ccr.gov.) If your firm is awarded contracts/agreements and you fail to register at CCR or fail to update your current vendor record in CCR, this will adversely affect your firm receiving payments in a timely manner. Contractor is fully responsible for all costs incurred in the preparation of their proposals. The offeror agrees to hold the prices in the offer firm for 90 calendar days from the date specified for the receipt of offers. Proposals submitted to this RFP will not be returned, but will be retained by the Contracting Officer for its official records. The person signing the proposal must have the authority to commit the contractor to the price and all the provisions of the RFP. For inquires, contact the Contracting Officer in writing, by submitting your questions via e-mail (jacqueline_bell-willock@nps.gov) or via facsimile (305-242-7795). All questions must be received by March 22, 2004. This is to ensure that all questions are received with enough lead-time to allow the proper staff to research and answer questions. Vendors wishing to respond to this RFP should provide this office with the following: ONLY ONE (1) COMPLETED copy of FAR Clause 52.212.3, Offeror Representations and Certifications - Commercial Items, and one (1) original proposal with 12 copies prepared by following all of the instructions provided in Sections XI and XII. Proposals are due NLT 3:00pm EST April 14, 2004 and can be mailed to Ms. Jacqueline Bell-Willock, Contracting Officer, EVERGLADES NATIONAL PARK, 40001 State Road 9336, Homestead, Florida 33034-6733. Please see Sections XI and XII for additional instructions. TO VIEW THE FULL ANNOUNCEMENT PLEASE GO TO: http://www.fedgrants.gov, click on "Applicant", click on "Search Grants Postings", in Full Text Search, type "Q528404CESI", click on "Full Announcement 1" (which contains the full announcement/RFP).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1364271)
 
Place of Performance
Address: Everglades National Park, Homestead, Florida
Zip Code: 33034
Country: USA
 
Record
SN00536810-W 20040306/040304223228 (fbodaily.com)
 
Source
FedBizOpps.gov 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.