Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2008 FBO #2531
DOCUMENT

J -- Preventative Maintenance Services on USDA/FSIS’ Containment Laboratory in Athens, GA - Solicitation Package

Notice Date
10/29/2008
 
Notice Type
Solicitation Package
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Agriculture, Food Safety and Inspection Service, Procurement Management Branch, 5601 Sunnyside Avenue, Mail drop 5230, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
FSIS-232400
 
Archive Date
12/9/2008
 
Point of Contact
Megan Robey, Phone: 301-504-3989
 
E-Mail Address
megan.robey@fsis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
USDA, Food Safety and Inspection Services (FSIS) has a requirement for preventative maintenance services on a containment laboratory facility per the attached Statement of Work. A site visit is planned for Thursday, November 13, 2008 at 1pm. In no event shall failure to inspect the site constitute grounds for a claim after contract award. If the Contractor will be attending the site visit, please contact the Contracting Officer to notify the Government of your planned attendance. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire these services using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effective through the Federal Acquisition Circular (FAC) 2005-27. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 811219/$7.0M respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Location of the facility is: 950 College Station Road Athens, GA 30605. Offers for the services described above and in the Statement of Work are due by November 24, 2008, no later than 1:00 PM Eastern Standard Time, to USDA, FSIS, Administrative Services Division, ATTN: Megan Robey, 5601 Sunnyside Avenue, Maildrop 5230, Room 2-L188B, Beltsville, MD 20705-5230 and be signed by an authorized company representative. Offerors will also be accepted via email: megan.robey@fsis.usda.gov Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2008), Contract Terms and Conditions-Commercial Items, FAR 52.217-5 (OCT 1990) Evaluation of Options, and 52.217-6 (MAR 1989) Option for Increased Quantity is applicable. FAR 52.217-9 (MAR 2000) Option to Extend the Term of the Contract [(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years] is applicable. FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.212-5 (OCT 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.222-50, FAR 52.225-1, FAR 52.225-13, and FAR 52.232-33. In addition, FAR 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (NOV 2007) shall be completed and returned with your offer. The FAR may be obtained via the Internet at http://www.acqnet.gov/far/loadmainre.html. All contractual and technical questions must be in writing (e-mail or fax) to Megan Robey not later than 3pm EST November 14, 2008. Telephone questions will not be accepted. Evaluation Criteria is attached which provides selection and award methodology. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). A firm fixed priced contract is anticipated. Offerors shall submit pricing for the base period and all option periods.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13e3218439e5d6f571bdc0e9e89826c6&tab=core&_cview=1)
 
Document(s)
Solicitation Package
 
File Name: Attachment A - Statement of Work (Attachment A - SOW.doc)
Link: https://www.fbo.gov//utils/view?id=d9cb050d547c1bc2dd1d6c16e86bf58e
Bytes: 43.00 Kb
 
File Name: Attachment B - Evaluation Factors (Attachment B - Eval Factors.doc)
Link: https://www.fbo.gov//utils/view?id=35f9e95b3ddafa8e4cd55e398514408d
Bytes: 35.50 Kb
 
File Name: Attachment C - Terms and Conditions (Attachment C.doc)
Link: https://www.fbo.gov//utils/view?id=e62fb374c1ae1283edf2e596d90fefe9
Bytes: 63.00 Kb
 
File Name: Attachment D - Past Performance (Attachment D - Past Performance Information.doc)
Link: https://www.fbo.gov//utils/view?id=f29d979992cd5be3b96d168bfde08218
Bytes: 77.00 Kb
 
File Name: Attachment E - Non Disclosure (Attachment E_ NDA clause_ rev1.doc)
Link: https://www.fbo.gov//utils/view?id=84bf2a4fa4771401446bac524d6438db
Bytes: 22.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 950 College Station Road, Athens, Georgia, 30605, United States
Zip Code: 30605
 
Record
SN01698128-W 20081031/081029215105-13e3218439e5d6f571bdc0e9e89826c6 (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.