Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

F -- Technical support for stream mitigation framework, Portland, Oregon

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Contracting Branch,,, 00000
 
ZIP Code
00000
 
Solicitation Number
RFQ-WA-10-00011
 
Response Due
4/8/2010
 
Archive Date
5/8/2010
 
Point of Contact
Point of Contact, Amber Krueger, Purchasing Agent, Phone (913) 551-7269
 
E-Mail Address
U.S. Environmental Protection Agency
(krueger.amber@epamail.epa.gov)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541620 This is a combined/solicitation for commercial services 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; quotes are being requested and awritten solicitation will not be issued. Solicitation number RFQ-WA-10-00011 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The requirement is "small business set-aside" with a NAICS code of 541620 (Environmental consulting services) and a size standard in millions of dollars $7.0. The description of the commercial service is to develop stream mitigation processes and reads as follows: CLIN 0001, Provide technical support to develop a stream mitigation process in Oregon, and to improve functional assessment of streams for the United States Environmental Protection Agency, Region 10, 805 SW Broadway, Suite 500, Portland, OR 97205. The stream mitigation process will be monitored by the EPA Project Officer, Tracie Nadeau. The Project Officer is responsible for collecting reports, monitoring contractor performance and approving invoices. The Contractor shall provide stream mitigation services in accordance with the Statement of Work. CLIN 0002: Optional hours: The Government may request the Contractor to perform up to an additional 50 hours to complete the tasks. This CLIN for optional hours is not guaranteed and may not be exercised. All interested firms shall email the Contracting Officer, Amber Krueger, to obtain an electronic copy of the Statement of Work and the General Questions sheet. The projected period of performance is from the time of the award to October 29, 2010. The selection resulting from this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible quoter who meets the minimum contractor qualifications listed in the Statement of Work. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using an Optional Form 347. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal. offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for Bid. Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the quoter that demonstrates that they meet the Minimum Contractor qualifications. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Quotes must be emailed, mailed or faxed and are due on April 8, 2010, at 2:00 p.m. Central Daylight Time (CDT) along with the complete representations and certifications, providing the business size, email address, Dunn and Bradstreet number, CAGE code, and Federal Tax ID number. In addition, quoters must be registered in the Central Contractor Registration database at www.ccr.go to be considered for selection. Your company proposal will be evaluated by price, contractor qualifications (i.e. certificates, licenses, degrees, etc.) and past performance. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT 1, Offeror Representations and Certifications - Commercial Items, with their quotes. FAR Clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.217-9, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.246-4. Performance location:US EPA - Region 10Oregon Operations Office805 SW Broadway, Suite 500Portland, OR 97205 All Request for Quote inquiries along with all contract/technical questions must be submitted to:krueger.amber@epa.gov Contracting Office:US EPA - Region 7901 N. 5th StreetKansas City, KS 66101Amber Krueger, Contracting OfficerPhone: 913-551-7269Fax: 913-551-7368krueger.amber@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/RFQ-WA-10-00011/listing.html)
 
Record
SN02094066-W 20100318/100316235744-cbb80e136023d9009b5dea990ebae0bf (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.