Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
MODIFICATION

F -- Biological Decontamination of Animal Research Buildings - Amendment 1

Notice Date
4/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-10-BB10
 
Point of Contact
Rebecca A. Holzinger, Phone: 309-681-6616, Georgetta C Stonewall, Phone: (309) 681-6624
 
E-Mail Address
becky.holzinger@ars.usda.gov, georgetta.stonewall@ars.usda.gov
(becky.holzinger@ars.usda.gov, georgetta.stonewall@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Extension of due date; pdf of floor plans; answers to questions. THE DUE DATE FOR PROPOSALS HAS BEEN EXTENDED UNTIL MAY 11, 2010. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This notice and any attachments constitute the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation No. AG-5114-S-10-BB10 is issued as a Request for Proposals (RFP). The USDA, ARS, MWA, National Animal Disease Center, Ames, IA has a requirement /need for the biological decontamination of 21 animal buildings. Research preformed in the buildings centered on diseases of livestock that have economic importance to animal agriculture. These buildings are made of block with metal doors, concrete slabs and ceilings. Some buildings have ductwork inside an upper story that will need to be decontaminated. Buildings range in size from 864 square feet to 3183 square feet. The statement of work is provided in the attached information. A walk through of the facility is planned for 10:00 AM on April 22, 2010. This will be the only opportunity to view the site prior to the proposal due date. Please email Wayne Graeve at Wayne.Graeve@ars.usda.gov to be placed on the admittance list for the walk through. Valid identification is required. This procurement is a total small business set-aside. The NAICS code for this requirement is 562910 and the size standard to qualify as a small business is 500 employees. All interested parties must have a DUNS number, Taxpayer Identification Number, and be registered in the Central Contractor Registration (www.ccr.gov). Only Vendors registered in CCR can be awarded a contract. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal without further discussions. All responsible sources may submit a proposal which will be considered. Pertinent provisions and clauses are attached. DOCUMENTS TO BE INCLUDED IN PROPOSAL: Provide two hard copies and a disk of your proposal. In order to be considered for award Offerors shall provide 1) a fully completed SF1449 provided in the attachment; 2) a complete decontamination plan as required on pages 3 and 4 of the attached statement of work; 3) at least 3 to 5 references for the proposed service. References must have received the proposed services within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the services proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provision FAR 52.212 3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with their proposal or be registered in On-line Representations and Certifications website (ORCA). FAR 52.212-3 can be found at http://acquisition.gov/comp/far/loadmainre.html and the website address for registration in ORCA is http://orca.bpn.gov. EVALUATION COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price, with technical and past performance being more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to the requirements found on pages 3 and 4 of the SOW. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. The following provisions and clauses apply to this acquisition and can be found in full text at http:/acquisition.gov/comp/far/index.html. FAR 52.252 1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212 2, Evaluation Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; and FAR 52.222 22, Previous Compliance Report. FAR 52.252 2, Clauses Incorporated by Reference are as follows: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are applicable to this acquisition: FAR 52.222 3, Convict Labor (E.O. 11755); FAR 52.222 19, Child Labor; 52.222 21, Prohibition of Segregated Facilities; 52.222 26, Equal Opportunity; 52.222 35, Equal Opportunity for Special Disabled Veterans; 52.222 36, Affirmative Action for Workers with Disabilities; 52.222 37, Employment Reports on Special Disabled Veterans; 52.225 13, Restriction on Certain Foreign Purchases; 52.232 33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); 52.232 36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://acquisition.gov/comp/far/loadmainre.html. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Rebecca Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., May 11, 2010. Additional information may be obtained by contacting the Contracting Officer at (309) 681 6616 or email above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-10-BB10/listing.html)
 
Place of Performance
Address: USDA, ARS, MWA, NADC, 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02134506-W 20100430/100428234953-e77397b7daeb3c5edc024f0ce85ebe2f (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.