Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
MODIFICATION

B -- Underground Utility Locating Services

Notice Date
2/29/2012
 
Notice Type
Modification/Amendment
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acqusition Branch (DC), 1280 Maryland Avenue, SW, Suite 580C, Washington, District of Columbia, 20024-2142
 
ZIP Code
20024-2142
 
Solicitation Number
556916-2012
 
Archive Date
12/31/2011
 
Point of Contact
Rene D. Edwards, Phone: 301 504-1744
 
E-Mail Address
rene.edwards@ars.usda.gov
(rene.edwards@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for Underground Utility Locating Services in accordance with the format as prescribed in FAR Part 12.6 in conjunction with FAR Part 13.5 as applicable. This announcement constitutes the only solicitation. This requirement is set-aside 100% for small businesses. The U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), Acquisition and Property Division (APD), Acquisition Branch (AB) intends to award a purchase order with four (4) consecutive option years in accordance with the attached Statement of Work (SOW) - Attachment 1, dated December, 2011, 3 pages. Award will be based on best value. The Government will evaluate quotations based on the following evaluation criteria's: (1) Past Performance and (2) Price in which Past performance is significantly more important than price. Quoter's shall include the following when submitting past performance information: At least two (2) projects describing past performance in performing the same or similar work under contract vehicles similar (or larger) in size, scope and complexity to those requirements outlined in this synopsis/solicitation. For each project please include the following: 1. Name of project 2. Brief description of contract work, scope, responsibilities and how and why it relates to this requirement 3. Contract number, date, and type 4. Name and address of the procuring Government agency or commercial customer 5. Initial contract amount and final contract amount 6. Any problems encountered in performance of the work and corrective action(s)taken. 7. Name(s), telephone nuber(s) and e-mail address of references from the procuring agency or customer who may be contacted for further information. The applicable North American Industry Classification Code (NAICS) for this requirement is 541360 with a size standard of $4.6 million. Any firm who feels they can provide the above mentioned services is invited to respond by submitting substantiating documentation in writing to the identified point of contact within fifteen (15) days after publication of this synopsis/solicitation. All firms when responding are requested to identify its firm's size and type of small business e.g., service disabled, HUBZone etc. When submitting documentation please include pricing information using the price schedule format as listed below: Base Year 04/1/2012 through 09/30/2012 Line Item /Description /No. of Visits/ Unit price/ Total Price Option Year 1 10/1/2012 through 09/30//2013 Line Item/ Description/ No. of Visits/ Unit price/ Total Price Option Year II 10/1/2013 through 09/30/2014 Line Item/ Description/ No. of Visits/ Unit price/ Total Price Option Year III 10/1/2014 through 09/30/2015 Line Item/ Description/ No. of Visits/ Unit price/ Total Price Option Year IV 10/1/2015 through 09/30/2016 Line Item /Description/ No. of Visits/ Unit price/ Total Price ****PLEASE NOTE: This amendment is to alert all interested parties to a change made in the period of performance. Quotations are due no later than March 20, 2012 by 10:00am eastern time. Previous offerors may resubmit their quotes based upon the updated period of performance. Any questions pertaining to this change shall be submitted in writing via email to rene.edwards@ars.usda.gov and are due no later than Wednesday March 7, 2012 by 10:00am eastern time. Questions not received by 10:00am may not be considered. Oral communication is not acceptable in response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PPBDC/556916-2012/listing.html)
 
Place of Performance
Address: 10300 Baltimore Avenue, BARC-EAST Bldg. 426, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN02685694-W 20120302/120229234807-667e248fe6d13323fa114f9bd43a8119 (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.