Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
SOLICITATION NOTICE

X -- Long-Term Parking Space Rental in Downtown Sacramento, CA - Attachment and Addendum

Notice Date
12/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0016
 
Archive Date
1/1/2011
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Addendum I - Note to Offerors/Price Schedule/Statement of Work Attachment 1 - SF 1449 with Solicitation Clauses and Provisions Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in a firm fixed price line items, completion type service contract with a base and _4_ option years, unless extended or terminated. (ii) The reference number is __AG-6395-S-11-0016__ and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. 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) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.acquisition.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) It is anticipated that a single award will be awarded. This is a Full and Open Competition solicitation. Small businesses are encouraged to submit quotes. The associated NAICS code for this effort is __812930__ and small business size standard is __$35,500,000_. (v) This requirement consists of __5__ contract line item numbers (CLINs) for services for base year: CLIN 1: _12 monthly service periods_ in accordance with the Statement of Work (SOW); CLIN 2: _12 monthly service periods_ in accordance with the SOW; CLIN 3: _12 monthly service periods_ in accordance with the SOW; CLIN 4: _12 monthly service periods_ in accordance with the SOW; and CLIN 5: _12 monthly service periods_ in accordance with the SOW. The Note to Offeror/ Price Schedule is provided in Addendum I to this combined synopsis/solicitation. The vendor shall return a completed copy of the Note to Offeror/Price Schedule with its quotation. (vi) The Statement of Work for this requirement is provided in Addendum I to this combined synopsis/solicitation. (vii) Delivery and acceptance of deliverables will be FOB destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 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 the lowest priced technically acceptable (LPTA) quote based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors: technical capability based on SOW, and past performance. Additional guidance on price and past performance is provided under provision 52.212-1. Offerors with no past performance data will be rated neutral. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.acquisition.gov/far or from Attachment 1. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-28 Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010)(E.O. 13513); 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The additional clauses and provisions also apply to this acquisition: 452.211-74 Period of Performance (FEB 1988); 52.217-8, Option to Extend Services (Nov 1999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); 52.247-21 -- Contractor Liability for Personal Injury and/or Property Damage (Apr 1984).To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) No applicable Numbered Notes. (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Michael Chiodi, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Friday, _December 17, 2010_. Faxing or emailing quotes is acceptable. (xvii) The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached by email at michael.j.chiodi@aphis.usda.gov, telephone (612) 336-3203, or fax (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-11-0016/listing.html)
 
Place of Performance
Address: US DEPT OF AGRICULTURE, 650 Capitol Mall, Suite 6-200, Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN02340051-W 20101209/101207234216-3013e0df631b1c4e6e2dbd3121f09eed (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.