Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

J -- Incinerator Calibration, Parts & Repair - Attachment One (1) - Schedule & Statement Of

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-14-0132
 
Point of Contact
Corinne Nygren, Phone: 6123363235
 
E-Mail Address
corinne.m.nygren@aphis.usda.gov
(corinne.m.nygren@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment Two - Clauses & Provisions Incinerator Calibration & Repair Attachment One (1) -Schedule & Statement Of (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. Simplified acquisition procedures will be followed. (ii) This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (iii) This combined synopsis/solicitation will result in a firm fixed price commercial services and supply contract for a three (3) year period. The line items for 'hourly labor rate repair' and 'parts' are time and material line items. (iv) This combined synopsis/solicitation Request for Quote is being issued as a small business set aside. The NAICS code is 238290, the small business size standard is 15.0 million dollars, or less. (v) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health and Inspection Service (APHIS) Veterinary Services (VS), Miami Animal Import Center (MAIC) located at the 6300 NW 36th Street (Perimeter Road) PO Box 660657, in Miami Springs, FL 33122. The objective of this procurement is to obtain contractor services for the calibration, training, repairs and parts for the two incinerator units located at their facility. (vi) REQUIREMENT AND QUANTITIES: The contractor shall submit a firm-fixed price quote to perform all the work required in accordance with the Statement of Work which includes all costs associated with providing the services requested under this contract. The contractor shall provide a price for line items 001 - 003, see Attachment One. The government estimates a three (3) year contract. Since the pricing for the parts cannot be determined in advance, parts for this contract are time and material line items and are reimbursable only based upon the actual costs for the parts utilized. The costs for these line items shall be the contractor's fully burdened rates and shall include any material handling costs. If the price of the hourly labor rate for repairs has a varied rate structure, the contractor should provide a breakdown of the rates for the various rate structures (regular business hours, emergency hours, holiday hours). Travel Expenses, if applicable, are in accordance with Federal Government Travel Regulations. The travel regulations and per diem rates can be found at the following website: http://www.gsa.gov/portal/category/26429 (vii) The government will award a firm fixed price commercial services and supply contract. As identified in the section above the line items for 'hourly labor rate repair' and 'parts' are time and material line items. (viii) The effective period of the contract is from date of award through twelve months with the option to extend the contract for two (2) additional years. (ix) STATEMENT OF WORK: SEE Attachment One (1) entitled Schedule & Statement Of Work (x) Site Visit. Contractors are welcome 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 award of the contract. If the contractor wishes to conduct a site visit they must notify David Alexander and Corinne Nygren of their intent and intended arrival date. Contractors must provide at least a 32 hour notice of their request for a site visit. Site visits will be provided ONLY during the following dates and times: Monday, July 21, 2014 at 2:00 p.m. EST and Friday, July 25, 10:30 a.m. EST. To attend a site visit on the dates specified you can contact David Alexander by phone at 305-876-2196 or by email at David.R.Alexander@aphis.usda.gov. (xi) SEE Attachment Two (2) FOR THE PROVISIONS AND CLAUSES FOR THIS SOLICITATION AND ENSUING CONTRACT. (xii) EVALUATION OF QUOTES: The Government will award a contract in accordance with FAR part 13.106-1 and 13.106-2 resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In this acquisition, the Government will obtain best value by using the Tradeoff Process source selection approach which permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced offer. The following factors shall be used to evaluate offers: Technical capability, past performance and price. Technical capability and past performance are significantly more important than price. The following criteria will be used to evaluate the technical capability, and the Contractor should provide information which addresses the following criteria: In evaluating technical capability the government will evaluate how well the proposed services meet the governments' needs. The government will consider, among other things, the contractor's ability to perform the services requested including the contractor personnel's training and/or certifications to perform work on this equipment, availability of tools and personnel to perform the services, knowledge of the incinerator model units, expertise and experience performing similar work in the past etc. In order to evaluate past performance, relevant past performance and prior experience will be considered. Past performance will also measure the degree to which the contractor has satisfied customers in the past, and complied with federal, state, and local laws and regulations. The assessment will consider the firm's record of conforming to specifications and to standards of good workmanship / customer service, and adherence to contract schedules, terms and conditions, and providing prompt and accurate service. Contractor's should submit references of prior projects of like or similar work and also include information on their prior contracts which addresses the type of services performed. Contractors shall provide the name, address, phone number and email address of the reference as well as a brief description of the services provided to the reference. (xiii) Quotations are due to the Minneapolis Contracting Office by 2:00 PM Central Time, Tuesday, July 29, 2014. Please reference the solicitation number on your documents. Quotes may be submitted via email or by facsimile. Email is the preferred delivery. (xiv) The assigned Contracting Officer is Ms. Corinne Nygren. Ms. Nygren may be reached at Corinne.m.nygren@aphis.usda.gov, by phone at (612) 336-3235 or by fax at (612) 336-3550. (xv) Quotes should be of sufficient detail to determine their adequacy. If a contractor's quote does not contain all of the items listed below, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the contractor's quote, thereby making the contractor ineligible for award. As a minimum, contractors must submit the following to the Contracting Officer to be considered responsive and have a complete quote: 1) Pricing Schedule - a price for line items 001 - 003 for a three year contract period. PRICING SHALL BE SENT IN A SEPARATE DOCUMENT THAN THE INFORMATION REQUESTED FOR TECHNICAL CAPABILITY AND PAST PERFORMANCE. 2) The required documentation requested above in section (xii) entitled EVALUATION OF QUOTES, which includes the past performance information AND a narrative which addresses how your company's service meets the technical capability and could provide the services described in the Statement of Work. 3) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR confirmation that this has been completed on-line. The Online Reps and Certs Representations and Certifications can be completed at www.SAM.gov, or a hard copy of the provision may be attained from https://www.acquisition.gov/far/. (See Attachment Two) 4) A completed copy of the provision 452.209 -70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction (See Attachment Two) 5) The contractor shall complete provision 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification indicating whether or not this exemption clause applies. This provision can be found in Attachment Two.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-14-0132/listing.html)
 
Place of Performance
Address: 6300 NW 36th Street (Perimeter Road), Miami Springs, Florida, 33122, United States
Zip Code: 33122
 
Record
SN03429525-W 20140719/140718000135-a5a9d3b0a408eef7c5c17e1da74f45a5 (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.