SPECIAL NOTICE
B -- Consultation Service Plant Protection and Quarantine
- Notice Date
- 12/22/2005
- Notice Type
- Special Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
- ZIP Code
- 55403
- Solicitation Number
- APPQHQPM-0005-6
- Response Due
- 1/4/2006
- Archive Date
- 1/19/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and Subpart 13.106 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The referenced number for this effort is APPQHQPM-0005-6 and the solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publishing. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. This procurement is being solicited on a total small business set-aside basis. The NAICS and small business size standard for this project are 541690. This requirement consists of Two Line Items: 01 Consulting Service in accordance with Statement of Work (SOW), Firm Fixed Price per unit, labor hour basis, unit of issue is hour, not to exceed 260 hours. 02 Travel in accordance with Statement of Work (SOW), reimbursable basis per Federal Travel Regulations, unit of issue one lot, not to exceed amount of issue one lot, not to exceed amount of $5,000.00. Provide Consultation Services in development and justification of a risk mitigation plan that will allow importation of Produce from India without the establishment and spread of the pests of concern to the U.S. as described in the attached Statement of Work (SOW). Tasks shall be completed within 12 months of the date of award. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation?Commercial Items applies to this acquisition. The Government will make award to the responsive, responsible firm(s), whose quotation is most advantageous to the Government, price and other factors considered. This is a Best-Value Procurement. All evaluation factors other than Cost-Price, when combined, are considered to be of significantly more importance than Price. The Government will utilize the evaluation criteria identified below, listed in descending order of importance, during the evaluation. 1. Technical Merit-The Government will evaluate the offeror's technical qualifications and the level of experience. 2. The Government will evaluate Past Performance. 3. The Government will evaluate Price, total Hourly Rate for performing this work. The Government anticipates award of a purchase order on a fixed price per unit basis reimbursable u to the not to exceed hourly estimate. Contractor must have a 4-year Degree from an accredited college or university in the major field of study of Entomology; or a related discipline of the biological or physical sciences that included at least 16 semester hours in entomology. The provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, applies to this acquisition. The clause 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act ? North American Free Trade Agreement-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. SUBMISSION REQUIREMENTS FOR THIS REQUEST FOR QUOTATION: Each offeror shall submit (1) one electronic copy of their Quotation, which shall include the following: 2) Resume for Contractor/Key Personnel - (no more than 2 pages in length per person). 3) Past Performance a description of previous performed on similar projects. Projects include a brief description of the work, scope, and responsibilities. 4) Hourly Rate. All questions concerning this RFQ must be submitted in writing and faxed to (612) 370-2136 or e-mailed to susan.c.fedorko@aphis.usda.gov. No telephonic response to this solicitation will be accepted. Due date for receipt of responses to this RFQ will be 2:30 PM Central Time. 01/04/2006. Quotations to be submitted to United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN. Faxed quotes are acceptable.
- Place of Performance
- Address: USDA APHIS PPQ PIM, 4700 RIVER ROAD, RIVERDALE, MD, , CONTRACTOR RESIDENCE & LOCATIONS ABROAD, OR OTHER LOCATIONS AS NECESSARY
- Zip Code: 20737
- Country: USA
- Zip Code: 20737
- Record
- SN00956739-W 20051224/051222211754 (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 |