Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
SOLICITATION NOTICE

S -- Logger's Lake Maintenance

Notice Date
3/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin - Mark Twain NF, 401 Fairgrounds Road, Rolla, Missouri, 65401, United States
 
ZIP Code
65401
 
Solicitation Number
AG-64R4-S-12-0008JS
 
Point of Contact
John Swizdor, Phone: 573.341.7407
 
E-Mail Address
jvswizdor@fs.fed.us
(jvswizdor@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number AG-64R4-S-0008JS Contractor must be registered in www.ccr.gov and https://orca.bpn.gov in order to submit an offer on this project. Due to the short turnaround each prospective bidder is encouraged to start registration as soon as possible. Facilities Maintenance Services for Logger's Lake Campground located on the Salem Ranger District of the Mark Twain National Forest. Closest town Bunker, MO approximately 7 miles north. 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as an RFQ and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-54. This procurement is set aside for Small Business. The NAICS code is 561720 and the Small Business Size Standard is $16.5 million. See attached document (Logger's Lake Maintenance) for schedule and specifications. Contractor Acceptance Statement: By submitting the offer, the Contractor agrees to all terms, conditions, and provisions included in the solicitation and agrees to furnish any awarded items at the price set in the schedule unless otherwise excepted as follows: _______________________________________________________________. The following FAR clauses and provisions apply to this solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) 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. The following factors shall be used to evaluate offers: PRICE PAST PERFORMANCE CAPACITY TO PERFORM WORK Technical factors and past performance, when combined, are approximately equal to cost or 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. 52.212-3 Offeror Representations and Certifications - Commercial Items (NOV 2011) (Offeror must complete this certification online at https://orca.bpn.gov or print this clause in full, complete the appropriate blocks, and submit with your offer) 52.212-4 Contract Terms and Conditions - Commercial Items (JUNE 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (NOV 2011) Clauses listed in 52.212-5 that apply to this solicitation: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). Alternate II (Nov 2011). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 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 180 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 5 years. 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond October 31, 2012. The Government's obligation for performance of this contract beyond that date 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 for performance under this contract beyond October 31, 2012 until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.215-5 Facsimile Proposals (OCT 1997) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. The telephone number of receiving facsimile equipment is: 573-364-6844 52.217-5 Evaluations of Options (JUL 1990) Offers shall be submitted to: USDA-Forest Service ATTN John Swizdor 401 Fairgrounds Road Rolla, MO 65401-2911 No later than March 21, 2012 Technical questions may be referred to Tim Petty at 573-729-6656. Administrative questions may be referred to John Swizdor 573-341-7407.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/179c4186a55313068cc30070d44e5a00)
 
Place of Performance
Address: Logger's Lake Recreation Area, Salem, Missouri, 65560, United States
Zip Code: 65560
 
Record
SN02691698-W 20120310/120308234540-179c4186a55313068cc30070d44e5a00 (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.