Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

F -- Coos Bay - Umpqua Noxious Weed Control 2009

Notice Date
2/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS00130
 
Response Due
3/16/2009
 
Archive Date
4/15/2009
 
Point of Contact
Bradley C Sheehan
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation/reference number is L09PS00130; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30. This acquisition is set aside for small business. The North American Industry Classification System (NAICS) code is 115310. The Product Service Code (PSC) is F018. The Industry Size Standard is $7.0 Million. The Bureau of Land Management (BLM), Coos Bay District Office, Umpqua Field Office is seeking qualified contractors to perform Noxious Weed Control. Services quoted must adhere to Statement of Work dated January 26, 2009, and be fully responsive to satisfy the needs of the Government. This procurement is for a fixed-price type purchase order. The following provisions are in full effect for this solicitation but will not be carried over for the resultant purchase order: Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: past performance and price (Please provide a list of no more than 10 references in which similar services of the same scope and magnitude as this acquisition has been accomplished). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-3 shall be completed as noted above and submitted with the quote. The following clauses shall be incorporated into any resultant purchase order by full text: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.222.42 Statement of Equivalent Rates for Federal, in full text, with the following Employee Class-Monetary Wage-Fringe Benefits fill-in: Laborer WG-1 Step 1 $11.70/hour + Fringe Benefits; FAR 52.236-6, Superintendence by the Contractor; FAR 52.237-1, Site Visit; FAR 52.246-4, Inspection of Services Fixed Price; FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.acquisition.gov/comp/far/index.htm or http://www.arnet.gov/far/loadmainre.html ; FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Department of the Interior Acquisition Regulation 48 CFR Chapter 14. DIAR 1452.228-70, Liability Insurance, in full text, with the following fill-in: The amounts of the insurance shall be not less than as follows: $500,000.00 each person; $500,000 each occurrence, and $500,000.00 property damage. The following clauses shall be incorporated into any resultant purchase order by reference: FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Supended, or Proposed for Debarment; FAR 52.211-18, Variation in Estimated Quantities; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41, Service Contract Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-1, Payments; FAR 52.232-30, Installment Payments for Commercial Items; FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contracts; FAR 52.242-14, Suspension of Work; FAR 52.242-15, Stop Work Order; FAR 52.247-34, F.O.B. Destination; FAR 52.253-1, Computer Generated Forms. The afore listed FAR clauses may be accessed electronically in full text by going to either of these two Internet addresses listed under FAR 52.252-2. DIAR clauses and provisions found in the Department of Interior Acquisition Regulation can be accessed electronically at http://www.doi.gov/pam/aindex.html Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov Contractors are required to submit their DUNS number with their quote. Interested contractors shall review and/or complete all of the attachments associated with this solicitation to be determined a responsive quote. A quote determined to be nonresponsive based upon incomplete or missing data as specified by this solicitation may be discarded as determined by the Contracting Officer. Attachments include the Quotation Schedule/Schedule of Items, Statement of Work (SOW), Wage Determination, and any ancillary documents attached to this solicitation. By submission of your quote, you are acknowledging understanding of the Governments requirement, terms and conditions. The Government will make an award on an all-or-none basis. Quotes must be received at the Bureau of Land Management, Oregon State Office no later than 3:30 PM, PDT, March 16, 2009. Quotes may be faxed to (503) 808-6312 Attn: Donna Depee or mailed to: Bureau of Land ManagementBranch of Procurement Management Attn: Donna Depee333 SW 1st Avenue, 7th FloorPortland, OR 97204 The point of contact for this solicitation is Donna Depee, (503) 808-6359, Donna_Depee@blm.govQuestions regarding the Statement of Work, maps, or other technical information, should be directed to Carl Humble (541) 751-4297 or Carl_Humble@or.blm.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d7b5fc449389d9c43e5ce7943d397d6&tab=core&_cview=1)
 
Record
SN01754236-W 20090222/090220215241-1d7b5fc449389d9c43e5ce7943d397d6 (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.