Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOLICITATION NOTICE

J -- Diesel Electric Generators Service Agreement - Bid Package SOW

Notice Date
11/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-11-BB01
 
Archive Date
12/4/2010
 
Point of Contact
Mark O Volk, Phone: 309-681-6618, Constance F. Williams, Phone: 3096816118
 
E-Mail Address
mark.volk@ars.usda.gov, connie.williams@ars.usda.gov
(mark.volk@ars.usda.gov, connie.williams@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Scope of Work and Special Instructions Solicitation Number: AG-5114-S-11-BB01 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No.AG-5114-S-11-BB01 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45. The North American Industry Classification System (NAICS) code is 811310; small business size standard is $7.0 Million. Award of a fixed price service Contract is anticipated and shall be issued for a contract period starting approximately December 1, 2010. TECHNICAL SPECIFICATIONS including Labor, equipment, materials, performance and acceptance: The USDA, ARS, MWA, National Center Animal Health, Ames, IA has a requirement/need for Diesel Electric Generator Service Agreement. See attached information for complete specifications. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. (NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD) 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 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204 7, Central Contractor Registration 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 (Attached) also applies to this acquisition. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the service, 2) Completed Section B 3) Verification from Caterpillar establishing the Contractors training and certification to service Caterpillar Generators 4) at least 3 references for the proposed service who have received the service within the last three (3) calendar years (Government references preferred). References shall include the email address of the person to be contacted; and 5) Offerors shall include a completed copy of FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, attached. Quoted Price MUST INCLUDE all Materials, Labor, Equipment, freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY TO: USDA-ARS-NCAH, Ames, IA. APPLICABLE FAR CLAUSES AND PROVISIONS REQUIRED IN FULL TEXT - FAR 52.212-2, EVALUATION COMMERCIAL ITEM, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made based on lowest price technically acceptable. (i) technical capability of the service offered to meet the Government requirement; (ii) past performance (iii price; Technical and past performance, when combined, are slightly more important than price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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). 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. Furnish Quotes to Rebecca Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, no later than 2:00 p.m., November 19, 2010. Additional information may be obtained by contacting the Contracting Officer: Rebecca A Holzinger at (309)681-6616 or Becky.holzinger@ars.usda.gov Contracting Office Address: 1815 N. University Street Peoria, Illinois 61604 Fax: (309)681-6683 Primary Point of Contact: Mark O. Volk, Contract Specialist Mark.volk@ars.usda.gov Phone: (309)681-6618
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/ag-5114-S-11-BB01/listing.html)
 
Place of Performance
Address: National Animal Disease Center, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02320019-W 20101103/101101233928-39df590e9ef93edcc247d7e0ecea3b57 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.