Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
DOCUMENT

R -- ON-SITE LABORATORY REVIEW OF FOOD CHEMISTRY ACCREDITED LABORATORIES FOR USDA ACCREDITED LABORATORY PROGRAM (ALP) - Attachment 1

Notice Date
10/22/2008
 
Notice Type
Attachment 1
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
FSIS-168959
 
Archive Date
11/14/2008
 
Point of Contact
Crandall Watson,, Phone: 301-504-4211
 
E-Mail Address
crandall.watson@fsis.usda.gov
 
Small Business Set-Aside
N/A
 
Description
The USDA, Food Safety Inspection Service (FSIS) has a requirement for On-Site Laboratory Review Of Food Chemistry Accredited Laboratories For USDA Accredited Laboratory Program (ALP). This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-27. This procurement is for Full & Open competition. The NAICS Code and the small business size standard for this procurement are 813920 / $6.5 million respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by FSIS. Locations of Accreditation Services vary in accordance with attached Statement of Work. Proposals responding to this solicitation are due by November 5, 2008 at 11:00 am Eastern Standard Time (EST). Submit proposals electronically to Crandall.Watson@fsis.usda.gov and include solicitation number, proposed delivery schedule, discount / payment terms, taxpayer identification number (TIN), cage code, DUNS number, identification of any special commercial terms, and signature from an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-4 (OCT 2008), Contract Terms and Conditions-Commercial Items, FAR 52.217-5 (JULY 1990) Evaluation of Options, and FAR 52.217-9 (MAR 2000) Option to Extend the Term of the Contract [(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years] is applicable. FAR 52.212-5 (OCT 2008) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.225-13, FAR 52.232-33, and FAR 52.233-4. The FAR may be accessed via the Internet at http://www.acqnet.gov/far/loadmainre.html. E-mail all contractual and technical questions to Crandall.Watson@fsis.usda.gov by no later than 11am EST on October 27, 2008. Telephonic questions are unacceptable. Evaluation Criteria is attached which provides selection and award methodology. If offerors are not registered via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at FAR 52.212-3 (JUNE 2008) Offeror Representations and Certifications-Commercial Items with their proposal. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the FedBizOpps.Gov website for the release of solicitation amendments (if any). It is anticipated that this award will be a Firm Fixed Price contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dfb06b97ad82b8a1e179a388deb2818c&tab=core&_cview=1)
 
Document(s)
Attachment 1
 
File Name: Statement of Work (Attachment 1 (SOW) (2).doc)
Link: https://www.fbo.gov//utils/view?id=f8c23c606b7103afe16946133d630b2f
Bytes: 84.00 Kb
 
File Name: Evaluation Criteria (Attachment 2.doc)
Link: https://www.fbo.gov//utils/view?id=b1f4617bcc1b241d37034378ea3caed1
Bytes: 27.00 Kb
 
File Name: FSIS Specific Clauses (Attachment 3.doc)
Link: https://www.fbo.gov//utils/view?id=b376dc8e911127b8e83a38ff275e3aef
Bytes: 81.50 Kb
 
File Name: Laboratory Review List (Attachment A (Laboratory Review List) (2).doc)
Link: https://www.fbo.gov//utils/view?id=44a2d0976c6670fe194bb690ae06f814
Bytes: 87.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Various Laboratories (See attached Statement of Work), United States
 
Record
SN01695154-W 20081024/081022215155-dfb06b97ad82b8a1e179a388deb2818c (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.