SOLICITATION NOTICE
F -- VEGETATION MANAGEMENT RESEARCH
- Notice Date
- 8/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L11PS01202
- Response Due
- 9/7/2011
- Archive Date
- 10/7/2011
- Point of Contact
- Richard P. Dandasan
- E-Mail Address
-
richard_dandasan@blm.gov
(rdandasa@blm.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOLE SOURCE, UNRESTRICTED COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A determination not to compete is solely within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Responses must be received no later than 3:30 pm Pacific Time, Thursday, September 7, 2011 by sending an e-mail to BLM_OR_SO_OR952_Mail@blm.gov; however, any technical data received will be for the sole purpose of market research for future requirements. The Bureau of Land Management (BLM), Oregon State Office has a requirement to issue a purchase order with base plus four option years with Oregon State University, Vegetation Management Research Cooperative (VMRC). The VRMC shall provide 1) its research information to Cooperators in a variety of ways including reports, presentation, newsletters, conferences, and access to VRMC website and personal information, 2) VRMC Annual reports - Summary of accomplishments and how they meet VRMC goals, 3) publications - abstract from current literature of interest to cooperators (BLM), copies available are upon request. Solicitation Number L11PS01202 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. NAICS code is 611310 and the business size is $7.0. QUOTE SHALL INCLUDE: 1) Unit price per item and Total Amount, 2) Completed FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items. (See below), 3) Oregon State University, VRMC shall submit a signed and dated quote on letterhead stationery or SF-1449, identifying the unit prices per item, total dollar amount and any payment discount terms. Deliverables shall be made available to the Bureau of Land Management (OR931), 333 SW 1st Avenue, Portland, OR 97204-3440. The period of performance are as follows: Date of Award to June 30, 2012 for the Base Year, July 1, 2012 to June 30, 2013 for Option Year 1, July 1, 2013 to June 30, 2014 for Option Year 2, July 1, 2014 to June 30, 2015 for Option Year 3, July 1, 2015 to June 30, 2016 for Option Year 4. ACCEPTANCE: Final inspection and acceptance will be made by the Government at the place of delivery. Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (February 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Copy of Company Generated Invoice. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far, http://www.doi.gov/pam/aindex.html. 52.247-34 F.O.B. Destination (NOV 1991), 52.253-01 Computer Generated Forms (JAN 1991), 52.204-7 Central Contractor Registration, (APR 2008), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2010), (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010), 52.219-28 Post-Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52-222-19 Child Labor- Cooperation with Authorities and Remedies (JUL 2010), 52.222 21 Prohibition of Segregated Facilities (FEB 1999),(Applicable if contract exceeds $10,000), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33Payment Electronic Funds Transfer Central Contractors Registration (OCT 2003), Solicitation Provisions: 52.212-1 Instructions to offerors - commercial items (JUN 2008), 52.212-2 Evaluation - Commercial Items (1999), 52.212-3 Offer Representation and Certifications - Commercial Items (OCT 2010). 52.212-4 Contract Terms and Conditions - Simplified Acquisitions, (MAR 2009)(Commercial Item). 52.217-5 Evaluation Inclusive of Options (JUL 1990), 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 may be adjusted only as a result of revision to prevailing labor rates provided by Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. That Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the last period of the option year ends. 52.217-9 Option to Extend the term of the Contract (MAR 2000): (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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. 52.222-22 Previous Contracts and Compliance Reports (FEB 1999): The offeror represents that - (a) It ___ has, ___ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It ____ has, ____ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards., 52.222-25 Affirmative Action Compliance (APR 1984): The offeror represents that - (a) It ___ has developed and has on file, ____ has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It ___ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. Quote shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 3:30 p.m. Pacific Standard Time on or before September 7, 2011. FAX quotes will be accepted at (503)808-6312 and e-mail quote will be accepted at BLM_OR_SO_952_Mail@blm.gov. For questions contact Richard Dandasan at 503-808-6220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L11PS01202/listing.html)
- Record
- SN02545606-W 20110825/110823235659-00aa30a037bd3feb43db9f1e719f1a36 (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 |