Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
MODIFICATION

66 -- Maintenance of the CMS

Notice Date
12/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Agricultural Marketing Service, Cotton Program, 3275 Appling Road, Room 1, Memphis, Tennessee, 38133, United States
 
ZIP Code
38133
 
Solicitation Number
AG-4740-S-17-0001
 
Archive Date
12/9/2016
 
Point of Contact
Beverly S. Brown, Phone: 540-361-1126
 
E-Mail Address
BeverlyS.Brown@ams.usda.gov
(BeverlyS.Brown@ams.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, AMS, Cotton and Tobacco Programs intends to contract with Quatitiative Engineering Solutions (QES) located in Alcoa, TN 37701 for the maintenance of the 4 Module Cotton Modular System (CMS) currently installed in Memphis, TN. The Cotton Modular System (CMS) was dessigned and built by QES. This contract will be for a Base year with two one year options. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.216-24 Limitation of Government Liability; FAR 52.216-25 Contract Definitization; FAR 52.204-7 System for Award Management: AGAR 452.204-70 Inquiries; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; 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 Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232.39- Unenforceability of Unauthorized Obligations: FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 243-3 Changes - Time-and Materials or Labor Hours; FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.246-6 Inspection - Time and Material and Labor Hour; FAR 52.211-6 Brand Name or Equal; FAR 52.252-1 Solicitations Provisions Incorporated byReference; FAR 52.217-6 Option for Increased Quantity; FAR 52.217-8 Option to Extend Services; and FAR 52.252-2 Clauses Incorporated by Reference. This is a notice of intent and is not a request for competitive quotations or proposals. Firms that believe they can provide equal or superior products/services are encouraged to identify themselves and provide a substantive statement with descriptive literature and any other supporting information to the Contracting Officer by the closing date of this notice. All information received will be considered by the Government to determine if more than one firm can meet the Government's requirements and is capable of providing equal or superior products/services. All responses must be in writing and should be emailed to BeverlyS.Brown@ams.usda.gov. Questions concerning this acquisition must be in writing and directed to BeverlyS.Brown@ams.usda.gov. Responses must be received by 10:00 A.M. central time on December 8, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/AMS/CP/AG-4740-S-17-0001/listing.html)
 
Record
SN04343925-W 20161208/161206234511-ece4854e214683835edce8eaef0e36e8 (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.