Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
DOCUMENT

X -- Parking for Two Government Minivan Vehicles in New York, NY - Addendum and Attachments

Notice Date
11/5/2008
 
Notice Type
Addendum and Attachments
 
NAICS
812930 — Parking Lots and Garages
 
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
AG-6395-S-09-0021
 
Archive Date
11/27/2008
 
Point of Contact
Michael J. Chiodi,, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. The test program under Federal Acquisition Regulation (FAR) Subpart 13.5 authorizes the use of simplified procedures for this acquisition, including options. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in a firm fixed price line items, completion type service contract with a base and _2_ option years, unless extended or terminated. (ii)The reference number is __AG-6395-S-09-0021__ and the solicitation is issued as a request for quote (RFQ). (iii)The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html (iv)It is anticipated that a single award will be awarded. This is a 100% Small Business Set-Aside award. The associated NAICS code for this effort is __812930__ and small business size standard is $_7,000,000_. (v)This requirement consists of __3__ contract line item numbers (CLINs) for services for base year: CLIN 1: _12 monthly service periods_ in accordance with the Statement of Work (SOW); CLIN 2: _12 monthly service periods_ in accordance with the SOW; and CLIN 3: _12 monthly service periods_ in accordance with the SOW. The Note to Offeror/ Price Schedule is provided in Addendum I to this combined synopsis/solicitation. The vendor shall return a completed copy of the Note to Offeror/Price Schedule with its quotation. (vi)The Statement of Work for this requirement is provided in Addendum I to this combined synopsis/solicitation. (vii)Delivery and acceptance of deliverables will be FOB destination. (viii)The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix)The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible firm(s) with the lowest priced technically acceptable (LPTA) quote based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for noncost factors: technical capability based on SOW, and past performance. Additional guidance on price and past performance is provided under provision 52.212-1. Offerors with no past performance data will be rated neutral. (x)The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi)The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following addenda of FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-19, Child Labor – Cooperation with Authorities and remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as Amended (May 1989)(41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-21, Contractor Liability for Personal Injury and/or Property Damage. (xiii)To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities. (xiv)The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv)No applicable Numbered Notes. (xvi)Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Michael Chiodi, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Wednesday, _November 12, 2008_. Faxing or emailing quotes is acceptable. (xvii)The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached at michael.j.chiodi@aphis.usda.gov, (612) 336-3203, or by fax, (612) 336-3550.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4edaabc383087fc0b3092bdb9fe90b8f&tab=core&_cview=1)
 
Document(s)
Addendum and Attachments
 
File Name: Note to Offerors/Price Schedule/Statement of Work (Addendum I.pdf)
Link: https://www.fbo.gov//utils/view?id=60e5377c557723957af7528ba9386df2
Bytes: 72.26 Kb
 
File Name: Clauses and Provisions (Attachment1_Clauses.pdf)
Link: https://www.fbo.gov//utils/view?id=b60f1fb34161739df86455a6830a9dde
Bytes: 84.20 Kb
 
File Name: Department of Labor Prevailing Wages (Attachment2_Wages.pdf)
Link: https://www.fbo.gov//utils/view?id=a86d7d45677a4f0b0c216dca7e72e19e
Bytes: 52.89 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: U.S. Department of Agriculture, 201 Varick Street, Room 904, New York, New York, 10014, United States
Zip Code: 10014
 
Record
SN01701153-W 20081107/081105215300-4edaabc383087fc0b3092bdb9fe90b8f (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.