SOLICITATION NOTICE
F -- Burns Miller & Slope ESR Aerial Seeding
- Notice Date
- 11/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L13PS00025
- Response Due
- 11/23/2012
- Archive Date
- 12/23/2012
- Point of Contact
- Deborah Newman
- E-Mail Address
-
dnewman@blm.gov
(dnewman@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation L13PS00025 is issued as a Request for Quotation (RFQ) and incorporates clauses and provisions in effect through Federal Acquisition Circular 2005-61. All Responsible sources may submit a quote which will be considered. This procurement is a SMALL BUSINESS SET ASIDE. The NAICS code is 115112 and the small business size standard is $7.0M. The Bureau of Land Management (BLM), Oregon State Office has a requirement for a firm fixed price commercial items service contract for: Item 0001, No Trace Seeding - Miller Homestead Mix, 3,500 acres; and Item 0002, No Trace Seeding - Slope Mix, 500 acres. Estimated performance period is November 26, 2012 through December 17, 2012. Attachments can be found at www.fedconnect.net under reference no. L13PS00025. Attachment 1: Statement of Work; Attachment 2: Vicinity Maps; Attachment 3: Wage Rates; Attachment 4: Classification of Wages of Government Employees; Attachment 5: Past Performance Questionnaire ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INTERNET PAYMENT PLATFORM (IPP) (Sep 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 the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. 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: 1.Copy of Company Generated Invoice. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contract (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. 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 with its proposal or quotation (End of provision). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and any addenda to the provision. The provision at 52.212-2, Evaluation--Commercial Items, applies in this acquisition; the only evaluation factors being price and past performance. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies in this acquisition. Offerors shall be registered in System for Award Management (SAM). This is a Federal Government owned and operated free web site that consolidated the capabilities in CCR/ORCA. If you had an active record in CCR, you have an active record in SAM. To update or renew your Entity records(s) in SAM you will need to create a SAM User Account and link it to your migrated Entity records. You do not need a user account to search for registered entities in SAM by typing the DUNS number or business name into the search box. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE System for Award Management (SASM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.am.gov. Interested parties must include, with their quote, their tax identification number (TIN). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition and any addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items (Aug 2012), applies to this acquisition and any addenda regarding the clause, including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-6, Notice of Total Small Business Aside (Nov 2011; 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.232-33, Payment by Electronic Funds Transfer Central Contract Registration (Oct. 2003); 52.222-41, Service Contract Act of 1965 (Nov 2007); and 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The clause 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation 20`12-00014) (Aug 2012) applies to this acquisition. The clause 52.252-2, Clauses Incorporated by Reference (Feb 1998) applies to this acquisition. The clause 1452.228-70, Liability Insurance - Department of Interior (Jul 1996) applies to this acquisition. The amounts of the insurance shall be not less than as follows: $500,000 each person, $500,000 each occurrence, and $500,000 property damage. The following clauses and any addenda hereto apply to this acquisition: 52.246-1 - Contractor Inspection Requirement (Apr 1984), 52.242-15 - Stop Work Order (Aug 1989), 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.204-7 - Central Contractor Registration (Aug 2012), 52.245-1 - Government Property (Apr 2012), 52.232-99 - Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (Aug 2012), 52.252-6 - Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of the Interior Acquisition Regulation (48 CFR Chapter 14) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation (End of Clause). Quotations shall include: 1) Unit price per item and Total Amount. 2) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. 3) Completed Past Performance Questionnaire. Quotations shall be submitted to the Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 4:00 p.m. PT on or before 11/23/2012. Quotes may also be faxed to 503-808-6312. For questions, please contact Debbie Newman, Contract Specialist at 503-808-6638 or e-mail at dnewman@blm.gov. All written questions shall reference the solicitation number in the subject line so that they may be promptly answered. Please be mindful that this RFQ has a very quick turn-around time, so be cognizant of the date provided for submission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L13PS00025/listing.html)
- Record
- SN02931878-W 20121117/121115235154-5bd60c87b75571a74a883bcff14c8dc4 (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 |