Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2013 FBO #4066
SOLICITATION NOTICE

X -- Monthly Parking for 3 Vehicles in Downtown Sacramento, CA - Attachments

Notice Date
1/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-13-0023
 
Archive Date
2/7/2013
 
Point of Contact
Michael J. Chiodi, Phone: 6123363203
 
E-Mail Address
michael.j.chiodi@aphis.usda.gov
(michael.j.chiodi@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Addendum I - Note to Offer/Price Schedule/Statement of Work Attachment 1 - SF1449 and Solicitation Clauses and Provisions (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. This combined synopsis/solicitation will result in a firm fixed price, completion-type service contract with a base and _4_ option years, unless extended or terminated. (ii) The reference number is __AG-6395-S-13-0023__ and the solicitation is issued as a request for quote (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGARs) can be accessed on the Internet at http://www.acquisition.gov/far and http://www.usda.gov/procurement/policy/agar.html. (iv) It is anticipated that a single award will be awarded. This is a Full and Open Competition solicitation. Small businesses are encouraged to submit quotes. The associated NAICS code for this effort is __812930__ and small business size standard is tiny_mce_marker35,500,000_. (v) This requirement consists of __5__ contract line item numbers (CLINs) for services for base year: CLIN 1: _12 monthly service periods_ in accordance with the Statement of Work (SOW); CLIN 2: _12 monthly service periods_ in accordance with the SOW; CLIN 3: _12 monthly service periods_ in accordance with the SOW; CLIN 4: _12 monthly service periods_ in accordance with the SOW; and CLIN 5: _12 monthly service periods_ in accordance with the SOW. The Note to Offeror/ Price Schedule is provided in Addendum I to this combined synopsis/solicitation. The vendor shall return a completed copy of the Note to Offeror/Price Schedule with its quotation. (vi) The Statement of Work for this requirement is provided in Addendum I to this combined synopsis/solicitation. (vii) Delivery and acceptance of deliverables will be FOB destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible firm(s) with the lowest priced technically acceptable (LPTA) quote based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors: technical capability based on SOW, and past performance. Additional guidance on price and past performance is provided under provision 52.212-1. Offerors with no past performance data will be rated neutral. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation or complete the online representations and certifications at www.sam.gov. A copy of the provision may be attained from http://www.acquisition.gov/far or from Attachment 1. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clauses and AGAR clauses identified in Attachment 1 are considered applicable to this acquisition. (xii) To be awarded this contract, the offeror must be registered in the SAM database. SAM information may be found at http://www.sam.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) No applicable Numbered Notes. (xvi) Quotations are due at the USDA APHIS MRPBS-ASD Contracting Team, Attn: Michael Chiodi, Butler Square West 5th Floor, 100 North 6th Street, Minneapolis, MN 55403 no later than 3:00 pm Central Time on Wednesday, _January 23, 2013_. Emailed quotes are preferred, and faxed quotes are acceptable. (xvii) The assigned Contract Specialist is Michael Chiodi. Mr. Chiodi may be reached by email at michael.j.chiodi@aphis.usda.gov, telephone (612) 336-3203, or fax (612) 336-3550.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/AG-6395-S-13-0023/listing.html)
 
Place of Performance
Address: Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN02961771-W 20130111/130109234008-cee1ead897d7ab498a5f7c892446f874 (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.