Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2009 FBO #2913
SOLICITATION NOTICE

S -- JANITORIAL SERVICES FOR THE KIKA DE LA GRAZA PLANT MATERIALS CENTER, KINGSVILLE, TEXAS - AG-7442-C-10-0006

Notice Date
11/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Texas State Office, 101 South Main Street, Temple, Texas, 76501-7602
 
ZIP Code
76501-7602
 
Solicitation Number
AG-7442-S-10-0006
 
Archive Date
1/5/2010
 
Point of Contact
Danny Mandell, Phone: 2547429923
 
E-Mail Address
danny.mandell@tx.usda.gov
(danny.mandell@tx.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation packet USDA Natural Resources Conservation Service has a requirement to provide janitorial services for the Kika De La Garza Plant Materials Center, located at Kingsville, Kleberg County, Texas. This is a combined synopsis/solicitation for commercial services prepared in accordance with the Federal Acquisition Regulation Part 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with addition information included in this notice. The solicitation number is AG-7442-S-10-0006 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $16.5M in annual receipts. This requirement is a Total Small Business set-aside and only qualified offerors many submit bids. USDA NRCS intends to award a firm fixed price contract with one base year with the option to exercise two (2) one year periods on a competitive basis to one responsive and responsible offeror as defined in FAR Part 9.104. Award Criteria – An award will be made to the responsive offeror (who submits all required submission on time) and whose offer is the best overall value to the Government. An offer is technically acceptable if its technical capabilities conform to the Government Statement of Work (SOW). The contractor shall provide all necessary personnel, labor, supervision, materials, equipment, and supplies to meet or exceed the requirement listed in the Statement of Work (SOW) referenced in the List of Documents, Exhibits, and Other Attachments. The offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items. FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, will apply: 52.222-26, 52.222-35, 52.222-36, 52-222-37, 52.225-13. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 52.204-7 Central Contractor Registration (APR 2008). Contractor must be registered on Central Contractor Registration (CCR) before an award could be made to them. If a company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003). All payments by the Government under this contract shall be made by electronic funds transfer (EFT) unless otherwise indicated herein. 52.217-5 Evaluation of Options (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basis requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 Option to Extend the Term of the Contract (MAR 2000). The Government may extend the term of this contract by written notice to the Contractor within 30 days; 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. 52.222-41 Service Contract Act of 1965, As Amended (July 2005) is hereby applicable to this solicitation. SITE VISIT – Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. The site visit is scheduled for December 1, 2009; between the hours of 1:00 pm to 2:00 pm (CENTRAL TIME). Please contact the Contracting Officer by email at danny.mandell@tx.usda.gov. By 4:30 pm (CENTRAL TIME) on November 27, 2009 so that your company’s name and contact person can be added to the list of attendees for the site visit. Offerors planning to attend the site visit see below for time, date, and Point of Contact. Site Vist Date: December 1, 2009 Times:1:00 pm thru 2:00 pm (CENTRAL TIME) POC:John Lloyd Reilley, Natural Resource Specialist Tel.(361) 595-1313 Location: Kika De La Garza Plant Materials Center 3409 N FM 1355 Kingsville, Texas 78363-2704 Questions – Please submit all questions by email to danny.mandell@tx.usda.gov. All questions must be submitted by Friday, November 27, 2009 at 4:30 pm Central Standard Time (CST). PREPARATION OF BIDS (NRCS, TX, DEC 2007) In order to receive complete consideration for award of a contract, prospective contractors are requested to submit RFQ consisting of the following: -- Completed STANDARD FORM (SF) 1449 (one original signed copy) -- Acknowledgment of all Amendments on Standard Form 30, (one original signed copy) -- Completed BID SCHEDULE -- Completed REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS -- Provide DUNS number in block 17a of the SF 1449 Address quotations to USDA-NRCS, Attention: Danny Mandell, 101 South Main Street, Temple, Texas 76501. RFQ may be hand-carried in and must arrive no later than 3:00 pm Central Standard Time (CST), December 21, 2009. Note: This is a secure federal building, If you are planning in handcarrying your quotations in, please give yourself an additional 15 minutes to go through security. Offerors may submit facsimile quotes as a response to this solicitation at 254.742.9929. The Government will not be responsible for any failure attributable to the transmission or receipt of the facsimile quotations.. Note: All quotations submitted must have the Solicitation No. AG-7442-S-10-0006, clearly written on the outside portion of the bid envelope or packet. Failure to comply with the above terms and conditions may result in offer being determined as non-responsive. ADDITIONAL INFO: Range: under $25,000 Total Small Business Set-Aside Contracting Office Address: 101 South Main Street, Temple, Texas 76501 DIVISION OF WAGE DETERMINATIONS Wage Determinations No.: WD 2005-2507 Revision No.: 6 Date of Revision: 05/29/2008 State: Texas Area: Kleberg County www.wdol.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/TXSO/AG-7442-S-10-0006/listing.html)
 
Place of Performance
Address: Kika De La Garza Plant Materials Center, 3409 N FM 1355, Kingsville, Texas, 78363-2704, United States
Zip Code: 78363-2704
 
Record
SN02003732-W 20091115/091114000139-267d09d148c5f93276659f085f493906 (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.