SOLICITATION NOTICE
B -- Implementing an amphibian monitoring protocol to assess the presence or absence, and habitat occupancy trends for target species at national park units across the Great Lakes region.
- Notice Date
- 6/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
- ZIP Code
- 44067
- Solicitation Number
- P12PS22802
- Response Due
- 7/10/2012
- Archive Date
- 6/22/2013
- Point of Contact
- Katherine Bernard Contract Specialist 3304682500301 Katherine_Bernard@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is solicitation number P12PS22802 and is issued as a request for quote (RFQ). This requirement is a 100% total small business set-aside. The associated NAICS code is 541690. The small business size standard is $14 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009. Anticipated Award Date: 1 August 2012. To be considered for award your company must obtain a Dun and Bradstreet Number (DUNs). You may obtain this number free of charge at 1(866)705-5711. Your company must also be registered in CCR with the appropriate NAICS code for this solicitation, web site: https://www.bpn.gov/ccr/default.aspx. If you have any registration questions, please call 1-888-227-2423. All prospective contractors are required to submit or upload their Organization's Representation and Certifications Application (ORCA) at https://orca.bpn.gov prior to submitting your offer. If you need assistance with registration or updating CCR or ORCA please contact the Procurement Technical Assistance Center nearest you at (615) 268-6644 or website: http://www.aptac-us.org/new/Govt_Contracting/find.php. GENERAL DESCRIPTION OF STATEMENT OF WORK Independently, and not as an agent of the Government, the Contractor shall furnish all labor, materials, and equipment necessary to implement an amphibian monitoring protocol to assess the presence or absence, and habitat occupancy trends for target species at national park units across the Great Lakes region for Great Lakes Inventory and Monitoring Network located at 2800 Lake Shore Drive East, Suite D, Ashland, Wisconsin 54806. No equipment or supplies may be stored on-site. Quotes are due at 12:00 PM EST, July 10, 2012. Offers may be submitted by fax or email. Questions regarding this solicitation will only be accepted until 12:00 PM EST, June 29, 2012. OFFERS SHALL INCLUDE THE FOLLOWING: 1. Price quotes that reference the solicitation number. 2. CLIN Structure: 0001 - Provide Phase I of Amphibian Monitoring services at GLKN 1 job (08/01/2012 to 12/31/2013) Unit Price $__________ Total Cost (includes discounts) $__________ 0002 - Provide Phase II of Amphibian Monitoring services at GLKN 1 job (01/01/2014 to 12/31/2016) Unit Price $__________ Total Cost (includes discounts) $__________ 3. Item number, unit price, extended price, and total price. 4. Remittance address and DUNS number. 5. If the contractor is claiming an exception or change to the Offeror Representations and Certification (ORCA) then the contractor must supply FAR Clause 52.213-3 in its entirety. ***INTERESTED PARTIES MUST CONTACT THE POC BELOW FOR THE FOLLOWING DOCUMENTS PRIOR TO SUBMITTING QUOTE: -Statement of Work titled, "Great Lakes Inventory and Monitoring Network, Ashland, Wisconsin; Implementation of an Amphibian Monitoring Protocol; Dated: May 17, 2012." -Bid Schedule -Past Performance Questionnaire Point of Contact: Katherine Bernard Contract Specialist P: 330-468-2500 x301 F: 330-468-2507 Email: Katherine_Bernard@nps.gov The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: https://www.acquisition.gov/far/. SOLICITATION CLAUSES: 52.212-1, Instructions to Offerors-Commercial Items, (By Reference) 52.212-2, Evaluation-Commercial Items, or other description of evaluation factors for award (Full Text) Lowest Price Technically Acceptable considering Technical, Past Performance and Price Technical Factors: (a) Company specializes in or has sufficient documented direct experience in providing all labor, materials, tools, supervision and travel necessary to provide janitorial services to all sites listed in the attached Statement of Work titled, "Great Lakes Inventory and Monitoring Network, Ashland, Wisconsin; Implementation of an Amphibian Monitoring Protocol; Dated: May 17, 2012." (b) All required licenses. 2.Past Performance: References from recent contracts similar to work described in the Statement of Work titled, "Great Lakes Inventory and Monitoring Network, Ashland, Wisconsin; Implementation of an Amphibian Monitoring Protocol; Dated: May 17, 2012." 3.Price: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Offerors are cautioned to distribute costs appropriately. Technical and past performances, when combined, are more important than price 52.212-3, Offeror Representations and Certifications- Commercial Items (By Reference) SOLICITATION & CONTRACT CLAUSES: 52.212-4, Contract Terms and Conditions-Commercial Items, (By Reference) 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive orders (Full Text). 52.219-6, Notice of Total Small Business Set- Aside (JUNE 2003) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Representation (APR 2012)(15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). Wage Determination No: 2005-2285, Revision No: 11, Date of Revision: 06/13/2012, State: WI. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). This Statement is for Information Only: It is NOT a Wage Determination EMLOYEE CLASS MONETARY WAGE 30090 - Environmental Technician WG-03 $15.55 52.217-08, Option to Extend Services (Nov 1999) 52.217-09, Option to Extend the Term of the Contract (Mar 2000)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22802/listing.html)
- Place of Performance
- Address: Great Lakes Inventory and Monitoring Network2800 Lake Shore Drive East, Suite DAshland, WI
- Zip Code: 54806
- Zip Code: 54806
- Record
- SN02783592-W 20120624/120622234832-d369a76c1d1d69d9ab279d57017fd88c (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 |