Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
MODIFICATION

T -- Aerial Film Processing

Notice Date
2/15/2005
 
Notice Type
Modification
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
RFQ-CAZ-05-022
 
Response Due
3/16/2005
 
Archive Date
5/1/2005
 
Point of Contact
Christina Schofield, Contracting Specialist, Phone 970-498-1174, Fax 970-498-1045, - Katherine Padilla, Procurement Technician, Phone 970/498-1285, Fax 970/498-1174,
 
E-Mail Address
cschofield@fs.fed.us, kpadilla@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This notice serves as a combined synopsis/solicitation. No written solicitation will be issued for this acquisition. The solicitation number for this procurement is RFQ-CAZ-05-022. Solicitation RFQ-CAZ-05-022 is being advertised as a Request for Quotes. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 01-27. The NAICS code for this procurement is 541922, the size standard for this NAICS code is $6 Million. This solicitation is set-aside for small business concerns. This solicitation is for the following line items: (1) Kodak Aerochrome III CIR 1443, SO-734 9.5? film reversal processing, unit price in linear feet; (2) Kodak Aerochrome III CIR 1443, SO-734 9.5? film negative pricing, unit price in linear feet; (3) Kodak Aerocolor III 2444 9.5? film, unit price in linear feet; (4) Kodak Aerochrome II CIR 2443 70mm film, unit price in linear feet; (5) Kodak Aerochrome III SO-359 9.5? transparency film, unit price in linear feet; and (6) film testing. Delivery shall be made to Jim Ellenwood, Forest Health and Technology Enterprise Team, USDA Forest Service, S&PF/Forest Health Protection, 2150 Centre Avenue, Building A, Suite 331, Fort Collins, Colorado, 80526-1891. Film should be processed within 24 hours of receipt and mailed for delivery via FEDEX. Packages shall include a return FEDEX label. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. The solicitation will be evaluated using the following criteria: (1) Ability to Meet Required Specifications. Offerors must be able to provide all services listed in the solicitation. Offers shall include prices for all six line items; (2) Ability to Meet Required Delivery Time. Film must be processed within 24 hours and sent via FEDEX to the delivery office (listed above). All deliveries must include a FEDEX return label. Offers shall define the delivery process; and (3) Ability to Provide the Best Price to the Government. Technical factors (i.e. ability to meet required specifications and ability to meet required delivery time), when combined, are equal to the importance of price in this solicitation. Offerors shall submit an offer that includes prices for all six line items (this will confirm their ability to provide all services) and a defined delivery process. Offers that do not respond to these criteria will be deemed unresponsive and will not be considered in the evaluation. In addition, all Offerors must submit a completed form of FAR clause 52.212-3, Offeror Representations and Certifications ? Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov. Offerors who fail to submit a completed FAR 52.212-3 will be considered unresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 52.204-7. Offerors who are not registered with CCR will be considered unresponsive and will not be considered in this evaluation. All offers shall include prices for all line items, a delivery schedule/process, a completed FAR 52.212-3, Offeror name, address, contact name, phone number, fax number, email address, tax identification number, and DUNS number. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and any addenda to this clause, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and any addenda to this clause, applies to this acquisition. The following additional FAR clauses apply to this acquisition: FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 970-498-1166. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the complete original signed proposal. FAR 52.222-3 Convict Labor (June 2003). FAR 52.223-6, Drug-Free Workplace (May 2001). FAR 52.232-18, Availability of Funds (Apr 1984). FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984): Funds are not presently available for performance under this contract beyond September 30, 2005. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2005, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.245-4, Government-Furnished Property (Short Form) (June 2003). FAR 52.247-34, F.o.b. Destination (Nov 1991). FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998). In addition, the following Agricultural Acquisition Regulation (AGAR) clauses and provisions are incorporated into this solicitation: AGAR 452.219-70, SIZE STANDARD AND NAICS CODE INFORMATION (SEP 2001) - 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 are listed below: Contract line item(s): 1 through 6; NAICS Code 541922; Size Standard $6 Million. No Numbered Notes are included in this solicitation. Offers are due March 16, 2005, 16:30 local time. Offers shall be submitted to USDA Forest Service, Rocky Mountain Research Station, Central Administrative Zone, Attention Christina A. Schofield; 240 West Prospect Road, Fort Collins, Colorado, 80526. All questions regarding this solicitation shall be submitted, in writing, to Christina A. Schofield at (fax) 970-498-1166 or by email at cschofield@fs.fed.us.
 
Place of Performance
Address: Delivery shall be made to Jim Ellenwood, Forest Health and Technology Enterprise Team, USDA Forest Service, S&PF/Forest Health Protection, 2150 Centre Avenue, Building A, Suite 331, Fort Collins, Colorado, 80526-1891
Zip Code: 80526-1891
Country: United States
 
Record
SN00751095-W 20050217/050215211638 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.