Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

S -- Sula Ranger District Bitterroot National Forest Janitorial Services - Package #1

Notice Date
3/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Western Montana Acquisition Zone (Lolo NF; Flathead NF; Bitterroot NF; Regional Office; Aerial Fire Depot), Building 24, Fort Missoula, Missoula, Montana, 59804
 
ZIP Code
59804
 
Solicitation Number
AG-03R6-S-12-0030
 
Archive Date
4/6/2012
 
Point of Contact
Marti Bowland, Phone: 406-363-7128, Gregory L. Treible, Phone: 406-329-3889
 
E-Mail Address
mbowland@fs.fed.us, gtreible@fs.fed.us
(mbowland@fs.fed.us, gtreible@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Quality Assurance Surveillance Plan (QASP) Experience Questionaire Schedule of Items SULA RANGER DISTRICT JANITORIAL CONTRACT BITTERROOT NATIONAL FOREST 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; quotations are being requested and a written solicitation will not be issued. AG-03R6-S-12-0028 is issued as a request for quotation (RFQ) as a performance based service contract for Janitorial Services for the Sula Ranger District, Bitterroot National Forest. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. This acquisition is a total Small Business Set Aside and NAICS code associated with this acquisition is: 561720; small business size standard is 16.5 million. SCHEDULE OF ITEMS *Please provide quotes based on attachment labeled "Schedule of Items" GENERAL CONTRACT SPECIFICATIONS PERFORMANCE BASED SERVICE CONTRACT This work is being solicited as a Performance-Based Service, Commercial Item contract. Performance Based means the Contractor is responsible for an end product. If an end product is not provided, an adjustment to the payment will be made. BASIS OF AWARD Evaluation Factors: 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. One award will be made. The Experience Questionnaire will be used as part of this evaluation. Note: Only emailed, faxed, mailed or hand delivered offers/quotes will be accepted for evaluation. EMAILED quotes should be submitted to Greg Treible at gtreible@fs.fed.us with a response requested to ensure receipt. SCOPE OF CONTRACT This contract is for janitorial services for the Sula Ranger Station of the Bitterroot National Forest. Contractor shall furnish all labor, equipment, supervision, supplies (except those designated as Government-furnished), and incidentals to perform all work necessary to clean and maintain the buildings in accordance with the specifications, terms, and conditions of this contract. LOCATION AND DESCRIPTION Janitorial services are required for the following: Sula Ranger Station is located at 7338 Highway 93 S., Sula, Montana. Main Building : Janitorial services are required for this single story administrative office building. The Administrative Office floor area consists of approximately 3,450 square feet which is divided into 12 office/rooms, 2 restrooms, hall, entryways, and kitchenette. Floors in the rooms, hall, and entryways are carpeted. Restrooms have linoleum floors and the kitchenette room has a concrete floor. Shop Building : The restroom in the shop facility area consists of approximately 80 square feet, which has a concrete floor. Dispatch Office : The Dispatch Office and stairs consists of approximately 200 square feet of carpeted area broken into two rooms with a landing in between. SITE VISIT A site visit is scheduled for this project on Tuesday, March 20th at 10:00 AM. For further information, please contact Susan Wetzsteon at the Sula Ranger District (406) 821-2315. GOVERNMENT-FURNISHED PROPERTY The Government will deliver to the Contractor the following listed materials in accordance with the Government Furnished Property Clause FAR 52-245-4: (1) All restroom supplies (toilet paper, paper towels, and hand soap), light bulbs and utilities will be provided. (2) Keys to the buildings. (3) Dumpsters for refuse removal. (4) Recycle Bins CONTRACTOR-FURNISHED PROPERTY The Contractor shall furnish: (1) All necessary supplies and materials (including cleaning supplies, wax, shampoo, spot remover, soap, plastic garbage bags) except those items specified as Government-furnished property. (2) All necessary cleaning equipment including but not limited to: scrubbing machine, floor polishing machine, and vacuum cleaner. (3) All Material Safety Data Sheets (MSDS) for all chemicals used in cleaning shall be given to the Contracting Officer's Represetative(COR). (4) Janitor closet area shall be kept clean, neat, and odor free. • Note: On-site storage space in which to store cleaning supplies is limited. Equipment shall be commercial size and type customarily used by the janitorial profession and capable of handling sand and gravel brought in by boots. Equipment designed for home use will not meet these specifications. Bio-based Products In compliance of the United States Department of Agriculture's (USDA) Green Purchasing Affirmative Procurement Program (GPAPP), the Contractor must comply with Section 9002 of the Farm Security and Rural Investment Act of 2002 (FSRIA), Executive Order (EO) 13423, "Strengthening Federal Environmental, Energy and Transportation Management," and the Federal Acquisition Regulation (FAR) to provide bio-based products. The Contractor shall utilize products and material made from biobased materials (e.g.,biobased polishes, biobased cleaning fluids, biobased sanitizers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR). The following is an example list of products that may be used in this contract for custodial services for which biobased products are available. It is desirable that vendors be able to supply the greatest number of biobased products listed meeting the health and environmental specifications. The following is a list of categories for products that may be required for performance of custodial duties. This list is not all inclusive. Each product submitted for use under this contract must be identified with at least one of these categories (some products may be listed under more than one category). Labeling shall be printed on all containers. All purpose cleaner Degreaser/cleaner Heavy duty cleaner Deodorizer Carpet shampoo Floor finish Gum Remover Floor finish restorer Disinfectant sanitizer Floor sealer Extraction Fluid Furniture polish Floor stripper Glass cleaner Neutral cleaner (liquid) Grout Sealer Spot and stain remover Lime and scale remover (tub & tile cleaner) Air freshener including dispenser Liquid hand soap including dispenser Bathroom cleaner Stainless steel polish Brass polish/cleaner Toilet bowl cleaner Chrome polish/cleaner White board cleaner Cream cleaner Wood floor cleaner Solvent spotter Laundry detergent Biobased products that are designated for preferred procurement under USDA's BioPreferred program must meet the required minimum biobased content as stated in the USDA Final Rule available at www.biopreferred.gov. For more information regarding the Department of Agriculture Biobased Affirmative Procurement Program go to http://www.usda.gov/procurement /biobased/APP.pdf. The Contractor should provide data for their biobased products such as biobased content. In addition to the biobased products designated by the U.S. Department of Agriculture in the BioPreferred Program, the Contractor is encouraged to use other biobased products. The Contractor shall submit with the initial proposal a complete list of biobased products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. Additionally, the winning Contractor on each anniversary date of the contract shall compile a complete list of biobased products, including the information above, purchased to carry out the contract requirements. The Contractor shall list volume to be used and total cost for each individual product. This information will be used for reporting purposes. The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification. The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurementof Biobased Products Under Service and Construction Contracts. NOTE: A Contractor may propose more than one product within a product category and/or propose a product or products addressing more than one product category. The product guides which define standard operating procedures for instructing staff in the proper use, storage, and disposal of biobased products; proper maintenance of equipment; and other procedures/instructions to accomplish work under this contract. The Contractor shall provide data on the quantity and dollar values of biobased products used in this contract. The data will be submitted to the COR quarterly. A demonstration of proper use, an effective training program, and technical assistance are essential to the success of the purchase and use of some biobased products that may function differently than a conventional product. Contractor and his employees shall be capable of performing janitorial work. The Contracting Officer may require dismissal from the work of employees whom they deem incompetent, insubordinate or otherwise objectionable, or whose continued employment they deem contrary to the public interest. The Contractor shall provide adequate supervision of crew to prevent employees from disturbing papers on desks, opening drawers or cabinets, using telephones, or computers provided for official Government use. The Contractor or employees shall not bring children to the premises while the work is being performed. The Contractor must provide security comparable to the type of protection given by commercial or business enterprises to prevent illegal entry into or loitering on the premises; to prevent loss by pilferage or theft; and to admit to the space during off-duty hours only those who are authorized to enter. The use of Government property or services such as telephones, calculators, computers, office supplies, etc. for other than official Government business is strictly prohibited. The Contractor shall provide a list of employees authorized to work under this contract. The list shall be submitted prior to employees working on the facilities. TECHNICAL SPECIFICATIONS TIME OF PERFORMANCE : All work performed on weekdays shall be done during the hours of 6:00 p.m. through 6:00 a.m. unless otherwise approved in advance (24 hour notice) by the Contracting Officer's Representative. Work may be performed anytime on Federal holidays and between Friday 6:00 p.m. and 6:00 a.m. Monday for weekend cleaning and Wednesday 6:00 p.m. through 6 a.m. Thursday for Wednesday cleaning. Contractor will be expected to maintain the areas defined in the Description and Location section, in a clean condition throughout the contract period. GENERAL DESCRIPTION OF WORK SULA RANGER STATION Remove all cardboard designated as "recycling" to bins as appropriate / or marked as "trash" to dumpsters. Lids on the dumpsters must be kept closed. DESCRIPTION OF WORK AND SERVICES Sula Ranger Station (i) Weekly - Work must be performed between the hours of 6:00 p.m. Friday and 6:00 a.m. Monday. Shop Restroom (A) Sweep area to remove litter. (B) Sanitize and remove all stains, rust encrustation, and water rings from toilet. (C) Wash and scrub washbasin to remove dirt, stains, and mineral deposits. (D) Wipe down and polish mirror. (E) Maintain adequate supply of toilet paper, paper towels, and hand soap. Administration Building (A) Empty wastebaskets. Wipe out wastebaskets with damp cloth. Replace liner when needed. (B) Vacuum all carpeted floors to remove all traces of litter, dirt, mud, dust, or other foreign material. Remove all spots from carpet with recommended spot remover. (C) Sweep and damp mop tiled area at front entrance. (D) Dust and/or damp wipe all visible surfaces of furniture, fixtures, file cabinets, ledges, light switches, window frames, desk tops, cabinets, woodwork, doorjambs, walls and equipment to remove dust, grime, fingerprints, blackmarks, and smudges. (E) Sweep steps and thresholds at both rear doors and 4 feet of sidewalk at front door. (F) Wash and scrub to remove stains and mineral build-up in sink and countertop in kitchenette. Polish dry. (G) Clean water dispenser in the entryway, disinfect, remove dirt, grime, stains and mineral build-up, and dry. (H) Restrooms: (a) Sweep and wet mop entire floor surface to remove dirt, grime, spots, and black marks. Restore luster to wax; rewax if necessary to bring back shine. (b) All mirrors, dispensers, chrome fixtures, shelving, mopboards, window sills, ledges, cupboards, etc. shall be damp wiped and polished dry. (c) Wash and scrub restroom sinks to remove stains and mineral deposits, disinfect and polish dry. (d) Sanitize and disinfect toilets and remove all stains including rust encrustations and water rings. (d) Remove water marks from walls, including walls around sink and paper towel area. (f) Remove fingerprints and smudges from light switches, locks, doorknobs and doorframes. (g) Maintain adequate supply of toilet paper, paper towels, and hand soap. (h) Empty trash reciptles and dispose of by dumping in dumpsters. Replace trash can liners as needed. (I) Shake out or vacuum "walk off" mats at the 3 entrances. (J) Lock all doors before leaving the site. Dispatch Office - May thru September only (A) Vacuum all carpeted area consisting of stairs and office(s). (B) Empty wastebaskets. Wipe out wastebaskets with damp cloth. Replace liner when needed. (ii) Wednesday - During the months of June, July, August, and September, the following work shall be performed in addition to the Weekly service. Work must be performed between the hours of 6:00 p.m. Wednesday and 6:00 a.m. Thursday. Administration Building (A) Vacuum all carpeted floors to remove all dirt, debris, and litter. (B) Empty wastebaskets. (C) Sweep and mop floors in restrooms. (D) Wash and scrub restroom sinks to remove stains and mineral deposits, disinfect and polish dry (E) Sanitize and disinfect toilets and remove all stains including rust encrustations and water rings (iii) Monthly Shop Building (A) Damp mop floor. (iv) Quarterly to be completed during the months of January, April, June, and October (A) Vacuum all vents. (B) Remove wax from restroom floors and re-wax. Scrub baseboards in restrooms and wipe walls to remove splash marks or smudges. (C) Remove cobwebs from the ceilings. (v) Every 6 Months to be completed during the following months - May and October Administration Building (A) In October and May, wash all windows inside and out leaving no streaks or unwashed places. Wipe water spots from sills and frames. Due to the potential for inclement weather and colder temperatures during October it is strongly encouraged to complete the windows in the earlier part of the month. MAINTENANCE PROBLEMS: The Contractor shall notify the Contracting Officer's Representative immediately of any building or grounds maintenance problems such as slow or clogged drains, broken pipes, locks or doors that do not close properly. Notification shall be done by phone and/or by written notice depending on the urgency of the problem. QUALITY ASSURANCE SURVEILLANCE PLAN ***Please see attached Quality Assurance Surveillance Plan*** CONTRACT PERIOD AND EXERCISING OPTIONS The contract period shall extend for 12 months. However, at the option of the Government, the contract option may be exercised for additional one-year periods, not to exceed 4 option periods, at the same terms and conditions. The Government will notify the Contractor of its intent to exercise the option not less than thirty (30) calendar days prior to the expiration of the current contract period. SOLICITATION PROVISIONS FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 406-363-7106. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. OFFER DUE DATE AND PLACE Offers are due at the Western Montana Acquisition Zone, US Forest Service, Bitterroot National Forest: 1801 N 1st St, Hamilton, MT 59840 by March 22, 2012 at 16:30 MDT. The following must be included to be considered complete and therefore evaluated for award: 1.Completed Schedule of Items with all items quoted on. 2.Completed Experience Questionare. 3.Proof of ORCA registration or completed copy of the provision at FAR 52.212-3 4.Site Specific Quality Control Plan CONTRACT TERMS AND CONDITIONS The provision at FAR 52.212-1 Instructions to Offerors-Commercial (FEB 2012), applies to this acquisition. In accordance with FAR 13.106-2, the provisions at FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) will be used as follows: (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: Past performance and experience in Janitorial Services Price Site Specific Quality Control Plan *Past performance will be evaluated based on information provided on the attachment labeled "experience questionare". Offerors must submit a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (FEB 2012) with offer, or submit proof of ORCA registration at https://orca.bpn.gov. The clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAR 2012), applies to this acquisition. The clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (MAR 2012), applies to this acquisition and in addition to this provision are the following addenda: FAR 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.217-5 EVALUATIONS OF OPTIONS (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. AGAR 452.204-71 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR EMPLOYEES (MAR 2006) Alternate I (MAR 2006) (a) Before an employee may begin work on this contract, each employee must, as directed by the PIV Sponsor: 1. Complete either a SF-85, Questionnaire for Nonsensitive Positions, SF-85P, Questionnaire for Public Trust Positions, or SF-86, Questionnaire for National Security Positions, as appropriate, and items 1, 2, 8 through 13, 16 and 17a of the OF-306, Declaration for Federal Employment. The current versions of forms SF-85, SF-85P, and SF-86 carry Office of Management and Budget (OMB) control number 3206-0005. Form OF-306 has OMB control numbers 3206-0182. See http://www.opm.gpv/forms/pdf_fill/sf85.pdf; or http://www.opm.gov/forms/pdf_fill/sf85p.pdf; or http://www.opm.gov/forms/pdf_fill/sf86.pdf: and http://www.opm.gov/forms/pdf_fill/of0306.pdf. 2. Complete a Fair Credit Reporting Release, and 2 FD-258, Fingerprint Charts. The Fair Credit Reporting Release is located at: http://www.usda.gov/da/pdsd/Web-Fair.htm. The FS-258, Fingerprint Charts, may be obtained by contract companies (not individuals) by faxing a request to US Investigations Services at 724-794-0012 Attn: Michelle Pennington. Include the requestor's name, mailing address, and number of FD-258, Fingerprint Charts requested. Questions regarding fingerprint charts may be addressed to michelle.pennington@opm.gov. Contractor employees' fingerprints shall be taken by a Federal security office, or Federal, State, municipal, or local law enforcement agency. 3. The contractor's employee must appear in person in front of the PIV Sponsor or his or her designee with the completed forms and 2 identity source documents in original form. The identity source documents must be documents listed as acceptable for establishing identity on Form I-9, Employment Eligibility Verification, List A and B. The I-9 Form may be found at http://uscis.gov/graphics/formsfee/forms/files/i-9.pdf. At least one document shall be a valid State or Federal government-issued picture identification (ID) card. Applicants who possess a current State Drivers License or State Picture ID card shall present that document as one identity source document before presenting other State or Federal government-issued picture ID cards. This shall be done before or at the time the contract employee begins work under the contract. 4. Receive a finding that no potentially disqualifying information is listed on the above noted forms. After beginning work under the contract, the contractor employee must receive a favorable agency adjudication of the FBI fingerprint and NACI results, or other U.S. Office of Personnel Management or National Security community background investigation. (b) Should the results of the PIV process require the exclusion of a contractor's employee, the contracting officer will notify the contractor in writing. (c) The contractor must appoint a representative to manage this activity and to maintain a list of employees eligible for a USDA PIV ID Badge required for performance of the work. (d) The responsibility of maintaining a sufficient workforce remains with the contractor. Employees may be barred by the Government from performance of the work should they be found ineligible or to have lost eligibility for a USDA PIV ID Badge. Failure to maintain a sufficient workforce of employees eligible for a USDA PIV Badge may be grounds for termination of the contract. (e) The contractor shall insert this clause in all subcontracts when the subcontractor is required to have access to a federally-controlled facility or information system. (f) The PIV Sponsor for this contract is the contracting officer representative (COR), unless otherwise specified in this contract. The PIV Sponsor will be available to receive contractor identity information from 10 - 2:30 Tues, Wed, Thurs (hours and days) at 1801 N 1st Street, Hamilton, MT 59840 (office address for registration). The Government shall notify the contractor if there is a change in the PIV Sponsor, the office address, or the office hours for registration. FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 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 30 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 60 months. FAR 52.223-1 BIOBASED PRODUCT CERTIFICATION (DEC 2007) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 2902, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements. FAR 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS (DEC 2007) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless- (1) The product cannot be acquired- (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 2902.10 et seq.). For example, some USDA-designated items such as mobile equipment hydraulic fluids, diesel fuel additives, and penetrating lubricants are excluded from the preferred procurement requirement for the application of the USDA-designated item to one or both of the following: (i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.usda.gov/biopreferred. (End of clause) FAR 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond April 30, 2013. 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 April 30, 2013, 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 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulations - https://www.acquisition.gov/far and the Agriculture Acquisition Regulations - www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES FAR 52.245-1 GOVERNMENT PROPERTY (JUNE 2007) SOLICITATION INFORMATION For information regarding this solicitation please contact the following: Contracting Officer: Marti Bowland Email: mbowland@fs.fed.us Phone: 406-363-7128 Administrative Contracting Officer: Greg Treible Email: gtreible@fs.fed.us Phone: 406-329-3889
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/03R6/AG-03R6-S-12-0030/listing.html)
 
Place of Performance
Address: 7338 Highway 93 S., Sula, Montana, 59871, United States
Zip Code: 59871
 
Record
SN02692747-W 20120311/120309234435-f2afa924c165a61b3338b5a42fbf7edf (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.