Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOLICITATION NOTICE

R -- Guam Project Risk Assessment and Biosecuirity Planning - Attachment 2 - Addendum-Special Clauses - Attachment 1 - Price Schedule/SOW

Notice Date
3/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting 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-10-0059
 
Archive Date
3/31/2010
 
Point of Contact
Margie P Thorson, Phone: 612-336-3209
 
E-Mail Address
Margie.P.Thorson@usda.gov
(Margie.P.Thorson@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Schedule/Statement of Work Addendum - Special Clauses (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. 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 consulting services contract, unless extended or terminated. (ii) The reference number is AG-6395-S-10-0059 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 made. This is a 100% Small Business Set-Aside. The associated NAICS code for this effort is 541611 and small business size standard is $7 million. (v) This requirement consists of three (3) contract line item numbers (CLINs) for consulting services in accordance with the Price Schedule as provided as ATTACHMENT 1 to this combined synopsis/solicitation. The vendor shall return a completed copy of the Price Schedule with technical capability statement on company letterhead. (vi) The Statement of Work for this requirement is provided as ATTACHMENT 1 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 a quote that represents the best value using the Tradeoff approach defined at FAR 15.101-1, which permits tradeoffs among price and non-cost factors and allows the Government to accept other than the lowest priced quote. Technical capability is equally important than price. The various nonprice evaluation factors (1) technical capability and (2) past performance are equally important to price. Technical capability will be based on the offeror's technical expertise, experience, and personnel to successfully complete the work requirements stated in the SOW and must meet the following minimum standards: (1) Demonstrated technical expertise and experience of similar or greater complexity. Include location of each service, a brief summary of the work, dates of work, and references; (2) Demonstrated knowledge, skills, abilities and experience of contractor for the type of services required under this solicitation. 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 either: (1) return a completed copy of this provision with its quotation. A copy of the provision may be attained from http:// www.arnet.gov/far; or (2) complete the Online Reps and Certs Application (ORCA) at http://www.bpn.gov and reference this in your letter. (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 2-Addendum 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 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (xiii) To be awarded this contract, the offeror must be registered in the Central Contractor Registration (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: Margie Thorson, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 2:30 pm Central Time on Tuesday, March 16, 2010. Faxing or emailing quotes is acceptable - see Section xvii below. Quotation, at a minimum, must include your technical capability statement on company letterhead per Section IX-FAR 52.212-2; Offerors' Reps and Certs (FAR 52.212-3); Price Quote/Price Schedule (Attachment 1), (xvii) The assigned Contract Specialist is Margie Thorson. Ms. Thorson may be reached by email at margie.p.thorson@aphis.usda.gov, phone at (612) 336-3209 or by fax at (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-10-0059/listing.html)
 
Place of Performance
Address: USDA, APHIS, VS, CEAH, 2150 Center Avenue, Fort Collins, Colorado, 80526, United States
Zip Code: 80526
 
Record
SN02080613-W 20100304/100302235140-4c79b14b19d5b53e8bc58b128c62535c (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.