SOLICITATION NOTICE
D -- Mobile Radio Installation Service for Rogue Siskiyou NF - Statement of Work
- Notice Date
- 5/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- Department of Agriculture, Forest Service, WO-AQM, 1621 N. Kent Street, AQM Suite 707 RPE, Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- AG-7604-S-11-0069
- Archive Date
- 6/29/2011
- Point of Contact
- Deborah A. Landmesser, Phone: 505-563-7268
- E-Mail Address
-
dlandmesser@fs.fed.us
(dlandmesser@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work 1. 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. 2. Request for Quote AG-7604-S-11-0069 is a combined synopsis/solicitation for commercial items. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). 3. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/comp/far/index.html. 4. This procurement is being issued as 100% Small Business Set Aside. North American Industrial Classification Standard 517919; Small Business Size Standard $25M. 5. Quotes/offers will be evaluated in accordance with FAR Part 13.106-2. Award will be made to the responsible offeror whose quote/offer is the lowest price technically acceptable. Past performance may also be considered. Offeror should submit a price proposal and a technical proposal separately. Font size must be at least 11. Included in the offeror's technical portion, offeror should provide past performance information on no more than three (3) recent and relevant projects. Include the name, any contract number, brief description, and date of the project. Also include a point of contact with email address and phone number. To determine the lowest price for award purposes, the Government will use the following formula: Quoted price of install per type of radio (i.e., trunk mount or dash mount). CLIN 001 - Mobile radio Installation Service for up to 35 units for the Roque Siskiyou NF to specifications and locations as described in the attached SOW and Forest Service Standards CLIN 002 - Cost Reimbursement for Incidental Parts NTE $300. Four one year option periods are anticipated: CLIN 101 - Mobile radio Installation Service for up to 35 units for the Roque Siskiyou NF to specifications and locations as described in the attached SOW and Forest Service Standards CLIN 202 - Cost Reimbursement for Incidental Parts NTE $300. CLIN 301 - Mobile radio Installation Service for up to 35 units for the Roque Siskiyou NF to specifications and locations as described in the attached SOW and Forest Service Standards CLIN 302 - Cost Reimbursement for Incidental Parts NTE $300. CLIN 401 - Mobile radio Installation Service for up to 35 units for the Roque Siskiyou NF to specifications and locations as described in the attached SOW and Forest Service Standards CLIN 402 - Cost Reimbursement for Incidental Parts NTE $300. 6. Services will be provided at Rogue River Siskiyou National Forest. Performance Period is 12 months from date of award with four 12-month option periods. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. 7. The government anticipates award of a firm fixed per unit price type contract with a base period of 12- months from date of award with four 12-month option periods resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforms to the synopsis/solicitation will be most advantageous to the government, price and non cost price factors considered. The resultant order will contain an estimated ceiling price that the contractor cannot exceed. 8. The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors, Commercial Items and FAR 52.212-4 Contract Terms and Conditions-Commercial Items with addendum and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards: FAR 52.209-6 Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Aside; 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; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965; FAR 52.222.50 Combating Trafficking in Persons; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; 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 Claim; FAR 52.237-1 Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2 Clauses Incorporated by Reference https://www.acquisition.gov/comp/far/index.html; FAR 52.252-6 Authorized Deviations in Clauses 9. The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, Apr 2011) applies to this acquisition. Complete only paragraph (b) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (c) through (o) of this provision need to be completed. Quotes must be signed, dated, include FAR 52.212-3, and be submitted electronically to the Contracting Officer, Deborah Landmesser, at dlandmesser@fs.fed.us no later than 12 Noon Mountain Time, Tuesday, June 14, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WO-AQM/AG-7604-S-11-0069/listing.html)
- Place of Performance
- Address: Rogue River Siskiyou National Forest, 3040 Biddle Road, Medford, Oregon, 97504, United States
- Zip Code: 97504
- Zip Code: 97504
- Record
- SN02458837-W 20110529/110527234011-5179d35ff5aed7f6696bd3b836772009 (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 |