SOLICITATION NOTICE
T -- Printing Services - Package #1
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 323111
— Commercial Gravure Printing
- Contracting Office
- Department of Agriculture, Forest Service, R-8 Land Between The Lakes, 100 Van Morgan Drive, Golden Pond, Kentucky, 42211, United States
- ZIP Code
- 42211
- Solicitation Number
- AG-4870-S-12-0014
- Archive Date
- 9/8/2012
- Point of Contact
- Margie A. Mitchell, Phone: 270-924-2005
- E-Mail Address
-
mamitchell@fs.fed.us
(mamitchell@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of work The Land Between The Lakes NRA intends to issue a contract for printing services. This synopsis is issued as Subject to Availability of Funds (SAF). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is the only solicitation; requests for proposals are being requested and a written solicitation will not be issued. 1. The USDA Forest Service intends to award a Firm-Fixed price contract for the following project. A detailed description of requirements is included in the attached statement of work. The solicitation is issued as a Request for Proposal (RFP). Applicable clauses and provisions and wage determination are attached. 2. Following provisions in their latest editions apply to the solicitation: FAR 52.203-15, Whistleblower Protection for Contractor Employee, FAR 52.204-7 Central Contract Registration, FAR 52.209-9000 Organizational and Consultant Conflicts of Interest, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), FAR 52.216-18 Ordering, FAR 52.216-19 Order Limitations, FAR 52.216-21 Requirements, FAR 52.217-18 Option to Extend Services, FAR 52.217-9 Option to Extend Term of the Contract, FAR 52.222-3 Convict Labor, FAR 52.222-20 Walsh-Healy Public Contract Act, FAR 52.222-26 Equal Opportunity, FAR 52.225-21, FAR 52.225-22, FAR 52.232-19 Availability of Funds for the Next Fiscal Year, FAR 52.232-21 Prohibition of Segregated Facilities, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.233-3 Protest After Award, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses. The following provisions in their latest editions apply to the solicitation: 52.203-3-Gratuities, 52.222-50 -- Combating Trafficking in Persons, 52.212-5 -- Contract Terms and Conditions Require to Implement Statutes or Executive Orders -- Commercial Items, 52.216-19 -- Order Limitations, 52.216-22 -- Indefinite Quantity, 52.217-8 -- Option to Extend Services, 52.217-9 -- Option to Extend the Term of the Contract, 52.252-2 -- Clauses Incorporated by Reference, AGAR 422.7001 Labor Law Violations (August 2011). 52.203-3-Gratuities, 52.222-50 -- Combating Trafficking in Persons, 52.212-5 -- Contract Terms and Conditions Require to Implement Statutes or Executive Orders -- Commercial Items, 52.216-19 -- Order Limitations, 52.216-22 -- Indefinite Quantity, 52.217-8 -- Option to Extend Services, 52.217-9 -- Option to Extend the Term of the Contract, 52.252-2 -- Clauses Incorporated by Reference, AGAR 422.7001 Labor Law Violations (August 2011). Full text of these provisions and clauses may be obtained from the following internet website: http://farsite.hill.af.mil/ 3. The offeror must complete the Representations and Certifications online at http://orca.bpn.gov 4. Period of performance is a base year with four (4) option years. 5. Electronic (e-mail) questions regarding this solicitation shall be e-mailed to Margie A. Mitchell at mamitchell@fs.fed.us Questions shall be submitted no later than 1200 CST Monday, August 13, 2012. Answers shall be provided no later than 1200 noon CST Friday, August 17, 2012. 6. Offers must be valid for sixty (60) days after due date. Any amendment(s) issued to this RFP will be published on this website. Therefore, it is the Offeror’s responsibility to visit this website frequently for updates on this procurement. 7. Offers are due on or before 1200 noon CST Friday, August 24, 2012 addressed to Margie A. Mitchell, USDA Forest Service, 100 Van Morgan Drive, Golden Pond, KY 42211. Late offers will not be considered. NOTE: The United States Postal Service only delivers mail to our office on Tuesday and Friday of each week. 8. The NAICS code for this requirement is 323111, and the small business size standard is $500. To be eligible for award, registration online in the Centralized Contractor Registration Database is mandatory. 9. Evaluation factors. Past performance and technical, when combined are approximately equal to price. 10. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer is conforming to the synopsis/solicitation which will be most advantageous to the Government. Technical and past performance, when combined, are approximately equal to price. Offerors are required to submit three (3) references and samples of similar work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4870/AG-4870-S-12-0014/listing.html)
- Record
- SN02820114-W 20120801/120730235927-d1873aa6b15fabb16c2b913bba978e5a (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 |