Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

S -- Pest and Rodent Control at Pacific Tsunami Warning Center in Hawaii - SF-18 Submission Required with Proposal

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
WAD-10-0821
 
Archive Date
8/23/2010
 
Point of Contact
Bill Pickert, Phone: 206-526-4549
 
E-Mail Address
bill.pickert@noaa.gov
(bill.pickert@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work & Service Contract Act Wage Determinations SF-18 Submission Required with Proposal COMBINED SYNOPSIS/SOLICITATION Pest and Rodent Control at Pacific Tsunami Warning Center in Hawaii (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 561710 for this solicitation. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for procurement of the following services: Line Item 0001: JANITORIAL SERVICES FOR THE GULF OF THE FARALLONES NATIONAL MARINE SANCTUARY FACILITY AT CRISSY FIELD (VI) Description of requirements is as follows: SEE STATEMENT OF WORK ATTACHED TO THIS FBO POSTING (VII) Period of performance is October 1, 2010 to September 30, 2011, with two option periods of one year each that may be exercised subsequent to the first period of performance. Place of Performance is the Pacific Tsunami Warning Center, 91-270 Fort Weaver Road, Ewa Beach, HI 96706. Delivery shall be FOB Destination; quote shall include shipping charges, if applicable. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows, listed in order of importance: 1) Technical Capability: Must be capable of performing all tasks specified in the statement of work in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. Offers must contain adequate information about the evaluation factors to demonstrate that the vendor is responsive. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) 52.222-41 Service Contract Act of 1965 (Nov 2007) Required wage determinations for employees 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's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) 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. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed **7599. (End of Clause) 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for [the option year on] this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) This is a Green Procurement so the following clauses are applicable: 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) More information about these products can be found here: http://www.epa.gov/epawaste/conserve/tools/cpg/products/index.htm Department of Commerce Clauses: 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to bill.pickert@noaa.gov. Questions should be received no later than 1:00 P.M. PDT, August 17 2010. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. PDT on August 22, 2010. All quotes must be faxed or emailed to the attention of Bill Pickert. The fax number is (206) 527-1710 and email address is bill.pickert@noaa.gov. Submission of proposals and quotes by email is preferred. (XVI) Any questions regarding this solicitation should be directed to Bill Pickert, Purchasing Agent, 206-526-4549, bill.pickert@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/WAD-10-0821/listing.html)
 
Place of Performance
Address: 91-270 Fort Weaver Road, Ewa Beach, Hawaii, 96706, United States
Zip Code: 96706
 
Record
SN02236785-W 20100813/100811235352-fa19e107dff8c975aa4d53e0d15a30e7 (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.