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

P -- Decontamination, Demolition, Disposal of Two Storage Buildings - Past Performance Form - Wage Rates - Statement of Work - Pictures

Notice Date
2/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
1232SC18S0001KT
 
Archive Date
3/21/2018
 
Point of Contact
Kristen Turner, Phone: 3096816624
 
E-Mail Address
kristen.turner@ars.usda.gov
(kristen.turner@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pictures Statement of Work Wage Rates Past Performance Form 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. Solicitation number 1232SC18S0001KT is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This solicitation will be a total Small Business Set-Aside. The associated NAICS code is 238910 (Site Preparation Contractors), with a small business size standard of $15.0 Million. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 0001) Demolition of two storage structures Specifications: See attached Statement of Work and other attachments. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Peoria IL 61554 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their proposal in accordance with FAR 52.212-1. The following documents shall be submitted: 1) Cost - Total cost, on a firm-fixed price basis, for this project. 2) Technical Proposal 3) Past Performance/Experience - Complete the attached Past Performance Evaluation Sheet for three (3) recent (within 5 years of the closing date of this RFP) and relevant (similar in scope and magnitude of effort and complexities this RFP requires) projects. Electronic submissions are preferred. Please email all proposals to Kristen.turner@ars.usda.gov. The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Cost, (2) Technical, and (3) Past Performance/Experience. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; 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 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Cost, Technical, and Past Performance); 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; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-7 Withholding of Funds; FAR 52.222-8 Payrolls and Basic Records; FAR 52.222-9 Apprentices and Trainees; FAR 52.222-10 Compliance with Copeland Act Requirements; FAR 52.222-11 Subcontracts; FAR 52.222-12 Contract Termination--Debarment; FAR 52.222-14 Disputes Concerning Labor Standards; FAR 52.222-15 Certification of Eligibility; 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 52.222-27 Affirmative Action Compliance Requirements for Construction; 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 52.225-1 Buy American--Supplies; 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 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.236-7 Permits and Responsibilities; FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; FAR 52.236-12 Cleaning Up; FAR 52.236-14 Availability and Use of Utility Services; FAR 52.237-1 Site Visit; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dunn and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. A site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. Two dates will be offered for a site visit to accommodate all schedules. The first site visit will be Thursday, February 15, 2018 at 1:00 PM Central Standard Time. The second site visit will be Tuesday, February 20, 2018 at 10:00 AM Central Standard Time. All Contractors who attend a site visit shall enter the front main lobby door to check in. The address for the site visit is the USDA, ARS, NCAUR, 1815 N University Street, Peoria, IL 61604. Questions in regards to this combined synopsis/solicitation are due by 3:00 PM Central Standard Time on Tuesday, February 27, 2018. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. ALL QUESTIONS REGARDING THIS RFQ SHALL BE EMAILED TO THE CONTRACTING OFFICER, KRISTEN TURNER, ONLY. NO PHONE CALLS WILL BE ACCEPTED. EMAIL ADDRESS IS KRISTEN.TURNER@ARS.USDA.GOV. Proposals must be received no later than 3:00 Central Standard Time on Tuesday, March 6, 2018. Electronic submission is preferred, as stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2515f736b5cb7a87bf7c5398220ced01)
 
Place of Performance
Address: USDA, ARS, NCAUR, 1815 N University Street, Peoria, Illinois, 61604, United States
Zip Code: 61604
 
Record
SN04817354-W 20180210/180208231722-2515f736b5cb7a87bf7c5398220ced01 (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.