Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
MODIFICATION

F -- Geese Wildlife Management Modification 3 - SITE VISIT 23 June 2014 9:00 AM.

Notice Date
6/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0481
 
Response Due
6/27/2014
 
Archive Date
8/17/2014
 
Point of Contact
Timothy J Compton, 4102780747
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(timothy.j.compton7.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This modification schedules a site visit for 23 June 2014 at 9:00 AM Eastern time. The address is 6010 Frankford, Aberdeen Proving Ground, MD 21005. Directions to Building 6010: Come through the 715 gate to the 3rd traffic light, Darlington, make right. Go to the first traffic light and turn left onto Boothby Hill Rd. Go to the second traffic light and turn right. You will see building 6010 on your left. The site visit will be brief so please allow sufficient time to get through gate security so that we may promptly begin at 9:00 AM. The Visitor's center is located outside the 715 Gate. ************************************************************************************ 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; proposals are being requested and a written solicitation will not be issued. W91ZLK-14-T-0481 Geese Wildlife Management 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-73. The solicitation number for this requirement is W91ZLK-14-T-0481. This requirement has been deemed 100% small business set aside under the associated North American Industry Classification System (NAICS) Code 813312, Environment, Conservation, and Wildlife Organizations, which has a business size standard of $14,000,000. The Government contemplates the award of a single Firm-Fixed-Price (FFP) purchase order. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA), for the following: CLIN 0001: Geese Management - Base Year Ordering Period $___________ The contractor shall provide geese wildlife management, meet all objectives, deliverables, special provisions, security procedures, and comply with all aspects of the Performance Work Statement. CLIN 0002 ACCOUNTING FOR CONTRACT SERVICES Cost for Providing Accounting for Contract Services - APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. CLIN 1001: Geese Management - Option Year One Ordering Period$___________ The contractor shall provide geese wildlife management, meet all objectives, deliverables, special provisions, security procedures, and comply with all aspects of the Performance Work Statement. CLIN 1002 ACCOUNTING FOR CONTRACT SERVICES Reference CLIN 0001 CLIN 2001: Geese Management - Option Year Two Ordering Period $___________ The contractor shall provide geese wildlife management, meet all objectives, deliverables, special provisions, security procedures, and comply with all aspects of the Performance Work Statement. CLIN 2002 ACCOUNTING FOR CONTRACT SERVICES Reference CLIN 0001 INSTRUCTIONS AND INFORMATION TO OFFERORS: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. This contract will be awarded to the Lowest Priced, Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses shall provide: a.Detailed information showing that the Contractor is able to meet each requirement described in the attached Performance Work Statement; b.Monthly spot reports are required in accordance with the Performance Work Statement section 5 Deliverables and Schedule. Include an example of what you will submit as a deliverable. c.Prices for this service for the Base Ordering Period, and each of the two Option Ordering Periods; d.Point of contact name and contact information, CAGE code, DUNS number, and TIN. e.Failure to provide proposals in accordance with the instructions/format specified in this combined synopsis/solicitation shall render the Offeror's proposal non-compliant. The proposal will not be further evaluated and will not be further considered for award. Partial quotes will not be evaluated by the Government. SUBMISSION PROCEDURES: All questions regarding this solicitation shall be submitted to the Contract Specialist via email no later than 5:00 p.m. Eastern Time, 5 June 2014, to timothy.j.compton7.civ@mail.mil. Responses to this solicitation shall be signed, dated, and received no later than 2:00 p.m. Eastern Time, 13 June 2014 by email to timothy.j.compton7.civ@mail.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online for free at the website link provided. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that shall be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://farsite.hill.af.mil The following clauses and provisions are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors- Commercial Items FAR 52.212-2, Evaluation- Commercial Items Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. 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 (Deviation 2013-O0019) FAR 52.216-19, Order Limitations FAR 52.217-3, Evaluation Exclusive of Options FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting 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 FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.243-1, Changes- Fixed Price FAR 52.247-34, FOB- Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-212-7003, Item Identification and Valuation DFARS 252.216-7006, Ordering DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests shall be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. For questions concerning this solicitation, contact TJ Compton, Contract Specialist, via email at timothy.j.compton7.civ@mail.mil. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/496c9904fa72dfe977bfe4fb42fe00e9)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV less than br greater than 6001 Combat Drive less than br greater than Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03399593-W 20140620/140619022457-496c9904fa72dfe977bfe4fb42fe00e9 (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.