Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOLICITATION NOTICE

99 -- Sediment Tank Pumping Service - Package #1

Notice Date
2/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
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-32SC-S-12-0001
 
Archive Date
4/30/2012
 
Point of Contact
Mark O Volk, Phone: 309-681-6618, Constance F. Williams, Phone: (309)681-6118
 
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
Total Small Business
 
Description
Wage Determination Service Contract Act Info Commercial Item Clauses Scope of Work Section B SF 1449 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 AG-32SC-S-12-0001 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-55. The North American Industry Classification System (NAICS) code is 562219; small business size standard is $12.5 Million. The USDA, ARS, MWA, National Center for Animal Health (NCAH) has a need/requirement for Sediment Tank Pumping Services. The award will be for the period starting approximately March 15, 2012 through March 14, 2013 for a fixed price type contract. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Quoters shall provide 1) a Quote on company letterhead detailing service description with completed schedule of pricing; 2) 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. REJECTION OF QUOTATION: 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. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.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 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Must be filled out and Provided with Quote); FAR 52.204-7, Central Contractor Registration (ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition as per attachment. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) past performance/experience; and (ii) price (based on F.O.B. Destination), past performance is more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential Quoters will be responsible for downloading their own copy of those documents related to this procurement, if any. Quotes must be furnished to Mark O Volk, Contracting Officer, USDA, ARS, EBSC, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., March 12, 2011. Quotation and other supporting documents may be furnished by mail, by fax at (309) 681-6683 or email at Mark.Volk@ars.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-32SC-S-12-0001/listing.html)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02680405-W 20120224/120222234846-95722466b5fe599775264d261184e027 (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.