Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOLICITATION NOTICE

R -- Salinity Management Study

Notice Date
2/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
140R3018Q0003
 
Response Due
3/9/2018
 
Archive Date
3/24/2018
 
Point of Contact
Schilke, Jennalyn
 
Small Business Set-Aside
N/A
 
Description
140R3018Q0003 - Salinity Management Model Update Combined Synopsis/Solicitation (i) 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. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. 140R3018Q0003) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-97. (iv) This requirement is unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is: 541620 - Environmental Consulting Services. The small business size standard for NAICS Code 540620 is $15.0 Million. (v) Line item 10 - 1 Lump Sum, Update Salinity Management Model (Tasks 1 - 5). The Performance Work Statement provides more detailed information about the requirement and is attached to the RFQ. Also see Attachment 2 - Price Schedule for task pricing breakdown. (vi) The Bureau of Reclamation has a requirement for a contractor to update the Bureau of Reclamation's Salinity Economic Impact Model (SEIM), which is a MS Excel-based Spreadsheet Model. See Attachment 1 - Performance Work Statement for detailed information. (vii) The estimated period of performance is April 1, 2018 - March 31, 2020. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR provision 52.212-2, Evaluation - Commercial Items 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. A comparative evaluation will be performed in accordance with FAR 13.1062-(b)(3). The following items in each quote shall be used to evaluate offers (not in any particular order): -Relevant Experience -Technical Approach -Past Performance -Price *See the clause "QUOTE INSTRUCTIONS" paragraph (b) for specific information. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-14, Service Contract Reporting Requirements (Oct 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (Feb 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-54, Employment Eligibility Verification (Oct 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-5, Trade Agreements (Oct 2016) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (May 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards ¿Price Adjustment (May 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (Mar 2016) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (xiii) Additional contract requirements include the following clauses and provisions: 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATION (OCT 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.242-15 STOP-WORK ORDER (AUG 1989) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 1452.201-70 AUTHORITIES AND DELEGATIONS--DEPARTMENT OF THE INTERIOR (SEP 2011) 1452.215-71 USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR (APR 1984) 1452.211-80 NOTICE OF INTENT TO ACQUIRE METRIC PRODUCTS AND SERVICES--BUREAU OF RECLAMATION (MAR 1993) 1452.225-82 NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION (MAY 2005) 1452.232-84 LIMITATION OF GOVERNMENT'S OBLIGATION UNDER THE CONTINUING RESOLUTION--BUREAU OF RECLAMATION (OCT 2017) 1452.237-80 SECURITY REQUIREMENTS--BUREAU OF RECLAMATION (FEB 2017) DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013) DOI-AAAP-0050 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (DEC 2015) QUOTE INSTRUCTIONS (xiv) Not Applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than February 20, 2018 by 4:00 P.M., local time. Offers are due March 9, 2018 by 4:00 P.M., local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically through FedBizOpps or via email to jschilke@usbr.gov. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7e4c4bbdc2c595437e69120a5404346)
 
Record
SN04816583-W 20180210/180208231146-d7e4c4bbdc2c595437e69120a5404346 (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.