Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOLICITATION NOTICE

R -- Clerical work for various locations in Nevada - Package #1

Notice Date
7/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Nevada State Office, 1365 Corporate Blvd., Reno, Nevada, 89502
 
ZIP Code
89502
 
Solicitation Number
AG-9327-S-14-007
 
Archive Date
8/19/2014
 
Point of Contact
Maggie Liebel, Phone: 775-857 8500, Ext. 111
 
E-Mail Address
maggie.liebel@nv.usda.gov
(maggie.liebel@nv.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Clerical work in various locations in Nevada SYNOPSIS: 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 with this notice. This solicitation includes provisions and clauses in effect through the Federal Acquisition Circular 2005-74. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Small Business size standard is based on the North American Industry Classification System (NAICS) code 561320 Temp Services. PROJECT INFORMATION: The government anticipates a single award of firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) contract as a result of this competition. The initial contract period will be for one (1) year and the Government may, at its option, extend the contract to a maximum of three (3) years by exercising each of the two (2) one-year renewal options. Work under the contract will be subject to satisfactory negotiation of individual Task Orders. The minimum order per base and all option years shall be at least $3,000.00 and the maximum order amount for any contract period (base year and each option year) shall not exceed $300,000.00 Task Orders Price- each item noted in the attached schedule; 2. Technical Capacity- a narrative of the offeror's ability to provide personnel with education and work experience to perform the work described in the Statement of Work. Ability to perform in a timely manner and in compliance with the performances schedules. 3. Past Performance- Past experience in performing the work described in the Statement of Work, as well as experience in the area proposed. Past performance ratings demonstrating a commitment to customer satisfaction. Technical and past performance when combined are, equal to price. INSTRUCTIONS TO CONTRACTORS SUBMITTAL REQUIREMENTS: This is an Indefinite Quantity and Indefinite Delivery Request for Proposal (RFP). Interested and qualified firms must submit their RFP no later than August 4, 2014 10:00 AM Pacific Standard Time. Completed STANDARD FORM (SF) 1449, sign and date -- Acknowledgment of any/all Amendments on Standard Form 30, sign and date (if applicable) -- Completed Schedule B Services/Prices -- Provide your DUNS number. SAM REGISTRATION: All prospective contractors must register at www.sam.gov, to be considered for an award of a federal contract. Contractors when mailing or hand carrying your RFP packet, please ensure that the Solicitation No. AG-9327-S-14-007 is annotated on the outside cover of the RFP envelope or package. Mail or hand carry package to: Attention Maggie Liebel USDA Natural Resources Conservation Service 1365 Corporate Blvd., Reno, Nevada 89502. EMAILS WILL NOT BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NVSO/AG-9327-S-14-007/listing.html)
 
Place of Performance
Address: Various locations in Nevada., various, Nevada, United States
 
Record
SN03414690-W 20140705/140703235726-076cd104559cc16f4c5c9e4a7a523e77 (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.