Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
SOLICITATION NOTICE

35 -- Osha & Flechado Pasture Division Fence - Package #1 - Package #2 - Package #3

Notice Date
9/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Agriculture, Forest Service, R-3 SW Northern Zone, 2113 Osuna Road NE, Albuguerque, New Mexico, 87113, United States
 
ZIP Code
87113
 
Solicitation Number
AG-83A7-S-12-0043
 
Archive Date
10/4/2012
 
Point of Contact
Brian E Cooper, Phone: 505-346-3811
 
E-Mail Address
becooper@fs.fed.us
(becooper@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ BID ITEMS SF-18 SPECS, LOCATION & DRAWINGS ********THIS IS A COMBINED SYNOPSIS SOLICITATION BIDS ARE DUE: SEPT. 19 @ 9:00 AM SEE ATTACHMENTS PART I - THE SCHEDULE SECTION B - SERVICES AND PRICES RFQ AG-83A7-S-12-0043 Osha / Flechado Pasture Fence Division Fence Camino Real Ranger District Carson National Forest Taos County New Mexico B- 1 - BID SCHEDULE ITEM NO. DESCRIPTION PAY UNIT EST. QTY. UNIT PRICE TOTAL PRICE 1 Osha Pasture Division Fence miles 2 ________ ********THIS IS A COMBINED SYNOPSIS SOLICITATION BIDS ARE DUE: SEPT. 19 @ 9:00 AM tiny_mce_marker ___________ 2 Flechado Pasture Divison Fence miles 1 ________ ********THIS IS A COMBINED SYNOPSIS SOLICITATION BIDS ARE DUE: SEPT. 19 @ 9:00 AM tiny_mce_marker ____________ ********THIS IS A COMBINED SYNOPSIS SOLICITATION BIDS ARE DUE: SEPT. 19 @ 9:00 AM tiny_mce_marker ____________ Contract Time: 120 Calendar Days ________. Signature Date Price Range The Government's estimate is: less than $25,000.00 (Bonding is not required for any contract awarded under $25,000.) ____________________________ ____________________________ FEDERAL TAX ID # : DUNS # : SECTION C--DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK DIVISION 1 - GENERAL REQUIREMENTS C.1 DESCRIPTION OF WORK A. SEE ATTACHED C.2 PROJECT LOCATION A. SEE ATTACHED SECTION D--PACKAGING AND MARKING {For this Solicitation, there are NO clauses in this Section} SECTION E--INSPECTION AND ACCEPTANCE FAR 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): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.246-12 Inspection of Construction (AUG 1996) SECTION F--DELIVERIES OR PERFORMANCE FAR 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): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.242-14 Suspension of Work (APR 1984) FAR 52.211-10 Commencement, Prosecution, and Completion of Work (APR 1984) The Contractor shall be required to (a) commence work under this contract within __7__ calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than _ 120 calendar days__. The time stated for completion shall include final cleanup of the premises. SECTION G--CONTRACT ADMINISTRATION DATA {For this Solicitation, there are NO clauses in this Section} SECTION H--SPECIAL CONTRACT REQUIREMENTS PART II--CONTRACT CLAUSES SECTION I--CONTRACT CLAUSES FAR 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): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.211-18 Variation in Estimated Quantity (Apr 1984) 52.222-6 Davis-Bacon Act (Feb 1995) 52.222-8 Payrolls and Basic Records (Feb 1988) 52.222-10 Compliance with Copeland Act Requirements (Feb 1988) 52.222-12 Contract Termination - Debarment (Feb 1988) 52.222-14 Disputes Concerning Labor Standards (Feb 1988) 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (Apr 2003)52.232-5 Payments Under Fixed-Price Construction Contracts (Sep 2002) 52.232-27 Prompt Payment for Construction Contracts (Feb 2002) 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) 52.233-1 Disputes (Jul 2002) 52.236-2 Differing Site Conditions (Apr 1984) 52.236-3 Site Investigation and Conditions Affecting the Work (Apr 1984) 52.236-5 Material and Workmanship (Apr 1984) 52.236-6 Superintendence by the Contractor (Apr 1984) 52.236-7 Permits and Responsibilities (Nov 1991) 52.236-8 Protection of Existing Vegetation, Structures, Equipment, Utilities, & Improvements (Apr 1984) 52.236-10 Cleaning Up (Apr 1984) 52.243-5 Changes and Changed Conditions (Apr 1984) 52.246-21 Warranty of Construction (Mar 1994) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short From) (Apr 1984) 52.249-10 Default (Fixed-Price Construction) (APpr1984) AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES 452.236-73 Archeological or Historic Sites (Feb 1988) 452.236-77 Emergency Response (Nov 1996) 52.204-7 Central Contractor Registration (OCT 2003) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government. "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. "Registered in the CCR database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record "Active". (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. 52.236-7 Permits and Responsibilities (Nov 1991) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. SECTION I Incorporate by Reference: 52.219-14 Limitations on Subcontracting (DEC 1996) 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments)(APR 2003) Full Text: FAR 52.219-18 Notification of Competition Limited to Eligible 8(a) Concerns (JUN 2003) - Alternate (Deviation) (May 1, 1998) (a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program and which meet the following criteria at the time of submission of offer - (1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and (2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA. (b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause. (c) Any award resulting from this solicitation will be made directly by the contracting Officer to the successful 8(a) offeror selected through the evaluation criteria set forth in this solicitation. (d)(1) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This subparagraph does not apply to construction or service contracts. (2) The ____________ [insert name of SBA's contractor] will notify the ____________ [insert name of contracting agency] Contracting Officer in writing immediately upon entering an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party. PART III--LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS SECTION J--LIST OF ATTACHMENTS General Vicinity Map SEE ATTACHMENT NM Wage Determination, NM120051 (6) pages General Decision Number: NM120051 01/06/2012 NM51 Superseded General Decision Number: NM20100056 State: New Mexico Construction Type: Highway Counties: Cibola, Colfax, Guadalupe, Harding, Los Alamos, McKinley, Mora, Quay, Rio Arriba, San Miguel, Taos and Union Counties in New Mexico. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 01/06/2012 * SUNM2011-005 08/26/2011 Rates Fringes CARPENTER (Includes Form Work) Cibola, Ria Arriba..........$ 14.27 0.44 Guadalupe, Los Alamos, Colfax, Harding, Guay, Taos, Union.................$ 13.84 0.44 McKinley....................$ 13.51 0.44 Mora........................$ 14.44 0.44 San Miguel..................$ 13.93 0.44 CEMENT MASON/CONCRETE FINISHER Cibola......................$ 15.58 0.26 Colfax, Guadalupe, Harding, Los Alamos, McKinley, mora, Quay, Union.$ 15.07 0.26 Rio Arriba, San Miguel......$ 15.58 1.54 Taos........................$ 14.98 0.26 ELECTRICIAN (Including Traffic Signal Installation).....$ 24.66 8.56 HIGHWAY/PARKING LOT STRIPING: Includes Highway Line/Parking Lot Line Striping and Line Striping Truck Driver Cibola......................$ 13.66 0.35 Colfax, Guadalupe, Harding, Los Alamos, Mora, Rio Arriba, Taos, Union.....$ 15.16 0.35 McKinley....................$ 14.55 0.35 Quay........................$ 16.37 0.26 San Miguel..................$ 15.31 0.35 INSTALLER: (Guardrails, Handrails and Signs) Cibola......................$ 12.35 0.35 Colfax......................$ 11.68 0.35 Guadalupe, Harding, Los Alamos, McKinley, Mora, Rio Arriba, San Miguel, Taos, Union.................$ 12.37 0.35 Quay........................$ 12.00 0.35 IRONWORKER, REINFORCING/REBAR Cibola......................$ 23.05 1.54 Colfax, Guadalupe, Harding, Los Alamos, Mora, Quay, San Miguel, Taos, Union.......................$ 21.57 4.80 McKinley....................$ 22.44 5.85 Rio Arriba..................$ 21.98 6.03 IRONWORKER, STRUCTURAL...........$ 21.77 6.03 LABORER Asphalt Raker...............$ 14.39 0.35 Common or General Cibola.....................$ 12.27 0.35 Colfax.....................$ 9.60 0.35 Guadalupe, Los Alamos......$ 11.83 0.35 Harding....................$ 11.57 0.35 McKinley...................$ 11.22 0.35 Mora.......................$ 11.34 0.35 Quay.......................$ 12.15 0.35 Rio Arriba.................$ 12.28 0.35 San Miguel.................$ 12.56 0.35 Taos.......................$ 12.61 0.35 Union......................$ 10.89 0.35 Flagger/Cone Setter Cibola.....................$ 13.14 0.35 Colfx, Guadalupe, Harding, Los Alamos, Mora, Rio Arriba, San Miguel, Taos, Union........$ 12.15 0.99 McKinley...................$ 11.66 0.35 Quay.......................$ 12.21 0.26 Grade Checker...............$ 14.67 1.60 MasonTender- Brick/Cement/Concrete Cibola, Colfax, Guadalupe, Harding, Los Alamos, McKinley, Mora, Quay, San Miguel, Taos, Union......................$ 13.04 1.78 Rio Arriba.................$ 13.33 1.97 Pipelayer...................$ 16.99 0.35 PAINTER (Brush, Roller and Spray) Cibola, Colfax, Guadalupe, Harding, Los Alamos, McKinley, Mora, Quay, Rio Arriba, San Miguel, Taos, Union.......................$ 15.06 0.44 McKinley....................$ 14.15 0.44 POWER EQUIPMENT OPERATOR: Asphalt/Concrete Paver, Laydown Machine, and Plant..$ 16.43 1.51 Backhoe/Excavator/Trackhoe Cibola, Colfax, Guadalupe, Los Alamos, Mora, Rio Arriba, San Miguel, Taos, Union........$ 16.80 0.26 Harding....................$ 20.74 0.26 McKinley...................$ 16.70 0.26 Quay.......................$ 16.27 0.26 Bobcat/Skid Loader..........$ 18.06 0.26 Broom Operator..............$ 15.72 0.26 Bulldozer Cibola, Colfax, Guadalupe, Harding, Los Alamos, McKinley, Mora, Rio Arriba, San Miguel, Taos, Union................$ 14.97 0.26 Quay.......................$ 14.89 0.26 Crusher.....................$ 16.53 0.26 Distributor.................$ 14.50 0.26 Forklift....................$ 17.16 0.26 Grader/Blade Cibola, Colfax, Guadalupe, Harding, Los Alamos, McKinley, Mora, Rio Arriba, San Miguel, Taos, Union................$ 17.48 0.26 Quay.......................$ 19.50 0.26 Loader (Front End) Cibola, Guadalupe, Los Alamos, Rio Arriba, San Miguel, Taos, Union........$ 16.27 0.26 Colfax.....................$ 15.72 0.26 Harding....................$ 19.37 0.26 McKinley...................$ 16.13 0.26 Mora.......................$ 16.21 0.26 Quay.......................$ 16.10 0.26 Mechanic....................$ 17.48 0.26 Milling Machine.............$ 16.89 0.26 Oiler.......................$ 14.29 0.26 Piledriver Cibola, Colfax, Guadalupe, Harding, Los Alamos, Mora, Rio Arriba, San Miguel, Taos, Union....$ 15.87 0.26 McKinley...................$ 14.95 0.26 Quay.......................$ 15.99 0.26 Roller (Asphalt and Dirt) Cibola, Colfax, Guadalupe, Harding, Los Alamos, McKinley, Mora, Rio Arriba, San Miguel, Taos, Union................$ 14.39 0.98 McKinley...................$ 16.49 0.26 Quay.......................$ 14.74 0.26 Rotomill....................$ 15.80 0.26 Scraper.....................$ 15.91 0.26 Screed......................$ 15.96 0.26 Tractor.....................$ 16.84 0.26 Trencher....................$ 16.26 0.26 TRUCK DRIVER Distributor.................$ 13.56 0.26 Dump Truck Cibola, Guadalupe, Harding, Los Alamos, Mora, Rio Arriba, Taos, Union......................$ 14.75 0.26 Colfax, San Miguel.........$ 13.24 0.26 McKinley...................$ 13.15 0.26 Quay.......................$ 15.20 0.26 Flatbed Truck Cibola.....................$ 12.71 0.26 Colfax, Guadalupe, Harding, Los Alamos, Mora, Taos, Union..........$ 13.27 0.26 McKinley...................$ 13.55 0.26 Quay, San Miguel...........$ 13.30 0.26 Rio Arriba.................$ 12.95 0.26 Pickup and Pilot Car........$ 12.74 0.26 Semi-Trailer Truck..........$ 16.58 0.26 Tractor Haul Truck..........$ 14.00 Water Truck.................$ 13.13 0.26 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters, PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION PART IV--REPRESENTATIONS AND INSTRUCTIONS SECTION K--REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR RESPONDENTS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.222-38 Compliance with Veterans' Employment Reporting Requirements (DEC 2001) NOTE: Offerors should address questions concerning VETS-100 reporting and reporting requirements to the Office of Veterans Employment and Training Services offices at the following address: U. S. Department of Labor VETS-100 Reporting 6101 Stevenson Avenue Alexandria, VA 22304-3540 Telephone: (703) 461-2460 E-mail: VETS100@dyncorp.com Website: www.vets100.cudenver.edu FAR 52.204-3 Taxpayer Identification (OCT 1998) (a) Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041,, 6041A, and 6050M and implementing regulations issued by the IRS. If the resulting contract is subject to the reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). TIN:____________________________. ___ TIN has been applied for. ___ TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U. S. and does not have an office or place of business or a fiscal paying agent in the U.S.; [ ] Offeror is an agency or instrumentality of a foreign government: [ ] Offeror is an agency or instrumentality of a Federal, state or local government; (e) Type of organization. ___ Sole proprietorship; ___ Partnership; ___ Corporate entity (not tax-exempt); ___ Corporate entity (tax-exempt); ___ Government entity (Federal, State, or local); ___ Foreign government; ___ International organization per 26 CFR 1.6049-4; ___ Other ______________________________. (f) Common Parent. ___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. ___ Name and TIN of common parent: Name____________________________________________ TIN_____________________________________________ FAR 52.219-1 Small Business Program Representations (APR 2002) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is __238990_____. (2) The small business size standard is ___$14.0M___. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern. (4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) ) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:__________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUB Zone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. FAR 52.236-27 Site Visit (Construction) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Melvin Herrera/Sean Kelly Address: Telephone: 575-587-2255 SECTION M -- EVALUATION CRITERIA Award will be made to the Offeror whose proposal is considered to be the best value to the Government, price and other factors considered. The Government intends to award this contract without discussions. Each quoter shall respond to the following evaluation criteria in order to be considered for award. Detailed narratives are requested; simple "yes" or "no" answers will receive only minimum credit. In the case of no response to a given criteria, zero credit will be given. Technical is equal in importance to Price. A. Price Proposal Furnish prices for all items listed under Section B, Schedule of Items. B. Technical Proposal The following evaluation factors are listed in descending order of importance: 1. Experience / Past Performance. Provide at least 3 references for work/projects of a similar nature. How long has the individual company been in business. 2. Availability and Work Plan. Please provide information on your availability to perform work required by this project. Provide a detailed plan of work, including the number of employee you plan to use on this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eefc404270d33fec1ac9aa53358ddd25)
 
Place of Performance
Address: Camino Real Ranger District, Camino Real, New Mexico, United States
 
Record
SN02882825-W 20120916/120914235555-eefc404270d33fec1ac9aa53358ddd25 (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.