Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

R -- Operations Planning & Engineering Services - Solicitation & PWS

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
DE-RQ-65-12-WN-95435
 
Archive Date
3/10/2012
 
Point of Contact
Lanisa M. McCollum, Phone: 9163534460
 
E-Mail Address
lmccollum@wapa.gov
(lmccollum@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation & PWS Western Area Power Administration, Sierra Nevada Region, Folsom, CA Office has a requirement for the support of operations planning and engineering at 114 Parkshore Dr. Folsom, CA 95630 in accordance with the attached performance work statement. This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Solicitation DE-RQ-65-12-WN-95435 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is 100% reserved for small business. The North American Industrial Code (NAICS) is 541330 and the business size standard is $4.5 Mil. The following FAR clauses/provisions are applicable to this procurement: 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; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. - Destination. Referenced FAR clauses are available in full text at: http://farsite.hill.af.mil/VFFARA.HTM. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to that offeror whose offer will be most advantageous to the Government (See FAR 2.101, Best Value), with consideration given to the factors of technical merit, price, and past performance. Offers must provide: (1) adequate past performance information of at least three previous contracts held with Government Agencies or Private Industry, and (2) product literature or other information to allow the Government to determine technical merit. All quotes must be valid for 60 days. Written offers and the above required information are due no later than February 24, 2012 by 12:00 PM local time to Department of Energy, Western Area Power Administration, Sierra Nevada Region, 114 Parkshore Dr., Folsom, CA 95630. Electronic responses may be addressed to Lanisa McCollum, Contract Specialist, e-mail: LMcCollum@wapa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa01bcd5002f7c3b64972f4f61d967c3)
 
Place of Performance
Address: 114 Parkshore Drive, Folsom, California, 95630, United States
Zip Code: 95630
 
Record
SN02656477-W 20120120/120118234729-fa01bcd5002f7c3b64972f4f61d967c3 (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.