Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
MODIFICATION

S -- Septic Tank Pumpout - Vermont (revised) - Amendment 1

Notice Date
5/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
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-09-0099
 
Archive Date
6/12/2009
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Labor Wage Determinations_VT NOTE TO OFFEROR/PRICE SCHEDULE/STATEMENT OF WORK (revised) Combined Synopsis/Solicitation (revised contract type) (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 firm fixed price line items and a potential economic price adjustment for fuel in an indefinite delivery, requirements type contract with a base and _4_ option years, unless extended or terminated. (ii)The reference number is __AG-6395-S-09-0099__ 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 __562991__ and small business size standard is $_7,000,000.00_. (v)This requirement consists of __10__ contract line item numbers (CLINs) for services for base year and 4 option years: CLIN 1: _20,000 gallon tank pump out_ in accordance with the Statement of Work (SOW) listed in Addendum I; CLIN 2: _250 gallon tank pump out_ in accordance with the SOW; CLIN 3: _20,000 gallon tank pump out_ in accordance with the SOW; CLIN 4: _250 gallon tank pump out_ in accordance with the SOW; CLIN 5: _20,000 gallon tank pump out_ in accordance with the SOW; CLIN 6: _250 gallon tank pump out_ in accordance with the SOW; CLIN 7: _20,000 gallon tank pump out_ in accordance with the SOW; CLIN 8: _250 gallon tank pump out_ in accordance with the SOW; CLIN 9: _20,000 gallon tank pump out_ in accordance with the SOW; CLIN 10: _250 gallon tank pump out_ in accordance with the SOW; and a potential economic price adjustment for fuel in accordance with the SOW. (vi)The Note to Offeror/Price Schedule/Statement of Work is provided in Addendum I to this combined synopsis/solicitation. The vendor shall return a completed copy of the Note to Offeror/Price Schedule/Statement of Work with its quotation. (vii)The Statement of Work for this requirement is provided in Addendum I to this combined synopsis/solicitation. (viii)Delivery and acceptance of deliverables will be FOB destination. (ix)The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (x)The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (i) lowest priced, technically acceptable offer to meet the Government requirement. Technical acceptability and past performance will be judged as adequate or not adequate, and the final selection will be based on price for all technically acceptable offers. In order to be considered technically acceptable, offerors must possess a current Vermont Waste Transportation Permit and have at least 3 positive past performance references from within the past 12 months. Additional guidance on price and past performance is provided under provision 52.212-1. Offerors with no past performance will be rated neutral. (xi)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 and in Attachment 1. (xii)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. (xiii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. FAR 52.212-5 applies, and the following clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and is applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-28 Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36, Affirmative Action for Handicapped Workers; 52.222-41, Service Contract Act of 1965 (Nov 2007) (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) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (xiv)To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv)The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiv)No applicable Numbered Notes. (xv)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 Thursday, __May 28, 2009___. Faxing or emailing quotes is acceptable. (xvi)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
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-09-0099/listing.html)
 
Place of Performance
Address: Port of Highgate, 400 Welcome Center Drive, Highgate, Vermont, 05641, United States
Zip Code: 05641
 
Record
SN01821579-W 20090520/090518235508-82c80844d3f82030be6de327765733cc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.