Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
MODIFICATION

R -- Technical Spanish Language Support - Updated Pricing Sheet

Notice Date
5/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
387119-GB
 
Archive Date
5/28/2010
 
Point of Contact
Gloria J Benson, Phone: 612-336-3220
 
E-Mail Address
Gloria.J.Benson@usda.gov
(Gloria.J.Benson@usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Update Pricing Sheet THE PURPOSE OF THIS AMENDMENT TO ADD AN UPDATED PRICING SHEET. NOTE: THE CONTRACTOR IS TO BE AVAILABLE THE DAY BEFORE EACH WORKSHOP FOR SET UP. THIS DAY IS CONSIDERED A WORKING DAY. THE CLOSING DATE ON THIS ANNOUNCEMENT IS EXTENDED TO MAY 17, 2010 AT 11:00 A.M CENTRAL TIME. PLEASE SUBMIT ALL QUESTIONS TO gloria.j.benson@aphis.usda.gov ************************************* I. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This combined synopsis/solicitation will result in a firm fixed price commercial supplies contract. ii. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is one hundred percent set aside for small business. The NAICS code is 541930. The small business size standard is $7.0 million. iii. This requirement is for the United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), Office of the Deputy Administrator (ODA), Riverdale, MD 20737 iv. The solicitation number for this effort is 387119GB; this combined synopsis/solicitation is issued as a request for quotation (RFQ.) v. The 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) may be accessed on the Internet at http://farsite.hill.af.mil/ vi. REQUIREMENTS AND QUANTITIES: This requirement consists of two line items: CLIN 0001: Technical Language Support Service - Qty: 9 - Unit of issue: Days. CLIN 0002: Travel - Qty: 3 - Unit of issue - EA. A pricing schedule is attached to this combined synopsis/solicitation as Attachment 2. All pricing provided should be accompanied with a breakdown of pricing clearly indicating all cost included. The contractor shall supply the quantity of line item(s) listed, and in accordance with the technical specifications outlined in this combined synopsis/solicitation. SPECIFICATIONS: SEE ATTACHMENT 1 All services will be provided at: USDA, APHIS, PPQ, RPIP, ODA US Customs House 200 Chestnut Street, Suite 806 Philadelphia, PA 19106 vii. The offerors price must include all cost associated with providing the requested services. viii. The provision at 52.212-1 Instructions to Offerors-commercial applies to this solicitation. ix. The prevision 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 cost or price and other non-cost factors and allows the Government to accept other than the lowest priced quote. All evaluation factors, when combined, are approximately equal to price. The various non-cost evaluation factors (1) technical capability: includes fluency in the specified language at a minimum, and (2) past performance: a measure of the degree to which an offeror has satisfied customers in the past, and complied with federal, state, and local laws and regulations; and price, are approximately equal to price. (1) Technical capability is more important than past performance. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The assessment will consider firms record of conforming to specifications and to standards of good workmanship, customer service, and adherence to contract schedules, terms and conditions. In accordance with FAR 52.212-1 (b) (10) regarding past performance, references are requested. Each offeror must submit three references which are either current or recent customers. xi. The provisions 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall either complete the online Offeror Representations and Certifications at www.bpn.gov OR return a completed copy of the Offer Representations and Certifications with their quotation. A hard copy of the provision may be attained from http://www.arnet.gov/far xii. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. xiii. The clauses at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-10 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.222-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); 52.238-18 Availability of Funds 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. QUOTATIONS ARE DUE the United States Department of Agriculture, Animal and Plant Health Inspection Service, 100 North 6th Street, Butler Square 5th Floor, Minneapolis, Minnesota 55403 by 2:00 p.m. CDT, May 14, 2010. Quotes may be sent via e-mail to gloria.j.benson@aphis.usda.gov ; faxed quotes are acceptable, fax to (612) 336 3554; or mailed to the above address. All quotes are due by the closing date. xvi. The point of contact for this synopsis/solicitation is Gloria Benson who may be reached by e-mail gloria.j.benson@aphis.usda.gov xvii. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for CLIN 0001-CLIN 0002, which provides the price per unit, and total cost 2) Signature of the offeror on the page which lists the price 3) A detailed narrative addressing how the offer meets the requirements/specifications outlined in this combined synopsis/solicitation. Quotes should be of sufficient detail to determine their adequacy. 4) References, as requested above 5) Offer shall contain company name, address, contact person name, phone number, Tax I.D. number and DUNS number. 6) A competed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed online by submitting the first page of the online certifications. at http://orca.bpn.gov If an offerors quote does not contain all of the items listed below, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award. Offers may be submitted on company letterhead providing the above required information, and must be signed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/387119-GB/listing.html)
 
Place of Performance
Address: USDA/APHIS/PPQ/RPIP/ODA - US CUSTOMS HOUSE - 200 CHESTNUT STREET-SUITE 806, PHILADEPHIA, Pennsylvania, 19106, United States
Zip Code: 19106
 
Record
SN02150399-W 20100516/100514235336-f3e98621945f6d2c0636ec0742fa817b (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.