Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
MODIFICATION

R -- Base Integrated Environmental Support Tasks (BIEST) - Package #1

Notice Date
1/29/2015
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
ID04140153
 
Archive Date
2/25/2015
 
Point of Contact
Rebecca Taylor, Phone: 4788323843, Keith C. Echols, Phone: (478) 297-7583
 
E-Mail Address
rebecca.taylor@gsa.gov, keith.echols@gsa.gov
(rebecca.taylor@gsa.gov, keith.echols@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Purpose of Amendment 01 Purpose of Amendment 01 Water Quality Documents Invasive Species Control at Robins AFB Attachment 7_Pricing Spreadsheet Attachment 6_Mininum Experience & Education Requirments PWS, dated 29 Jan 2015 Questions & Answers dated 29 Jan 2015 COMBINED SYNOPSIS/SOLICITATION Title: Base Integrated Environmental Support Tasks (BIEST) Solicitation Number: ID04140153 Issuance Date: Jan 16, 2015 Bid Closing Date: 2:00 pm Eastern Time on Feb 10, 2015 NAICS Code: 541620 - Environmental Consulting Services Contract Type: Firm Fixed Price with T&M and CR Synopsis: This solicitation is a Full and Open Competition. This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the procedures in Federal Acquisition Regulation (FAR) Subpart 12.6 and is being utilized in conjunction with the policies and procedures for solicitation, evaluation and award prescribed in FAR Part 15.101, Best Value Continuum. Announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code applicable to this procurement is 541620 - Environmental Consulting Services, size standard $15M. This solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-73. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the System for Award Management (SAM) https://www.sam.gov. Questions regarding this solicitation must be submitted in writing via email to rebecca.taylor@gsa.gov and keith.echols@gsa.gov no later than 2:00 pm Eastern Time on JANUARY 26, 2015. Oral communication is not accepted on this solicitation. It is the offeror's responsibility to monitor this site for the release of information amendments (if any). Potential offerors are responsible for downloading their own copy of this notice, and amendments (if any). The only method by which any term of this solicitation may be modified is by a formal amendment to the RFP generated by the issuing office. No other communications, whether oral or in writing, will modify or supersede the terms of this solicitation notice. Requirement: See attached RFP PWS Period of Performance Schedule: Base Year 04/01/2015 03/31/2016 Option Year 1 04/01/2016 03/31/2017 Option Year 2 04/01/2017 03/31/2018 Option Year 3 04/01/2018 03/31/2019 Option Year 4 04/01/2019 03/31/2020 Contract Type: Firm Fixed Price with Time and Materials and Cost Reimbursable No Fee Submission: All offers shall be submitted in GSA's electronic system, Information Technology Solution Shop (ITSS): https://portal.fas.gsa.gov/web/guest. ITSS requires that information under the contract number in the ITSS be an exact match with the information in the System for Award Management (SAM) https://www.sam.gov. An award cannot be made if the information in each system does not match. •· SAM Legal Business Name - SF1449, Blocks 17a Contractor/Offeror •· SAM Doing Business As (DBA) - SF1449, Blocks 17a Contractor/Offeror •· SAM Physical Address - SF1449, Blocks 17a Contractor/Offeror •· SAM Remittance Address -SF1449, Blocks 17b Remittance Address if Different than Contractor/Offeror Address •· Federal Tax ID (Employer's Identification Number) •· DUNS (Data Universal Numbering System) In order to access this RFP in ITSS for submission of a proposal, all interested parties shall send the exact individual name and company registered in ITSS via email to REBECCA.TAYLOR@gsa.gov and keith.echols@gsa.gov no later than 2:00 pm on january 26, 2015. THE CONTACT'S NAME MUST BE EXACTLY AS IT APPEARS IN ITSS. Vendors will not be able to access this RFP in ITSS without providing this requested information to GSA in advance of the closing date. It's the interested parties' responsibility to ensure vendor registration in ITSS, notification of ITSS registration to the GSA POC for this RFP and submission of the proposal are completed before the proposal closing date and time. Extension of the RFP closing date and time will not be granted due to late registration in ITSS. General Information: Any contractual and/or non-price questions shall be submitted in writing via email to: rebecca.taylor@gsa.gov and keith.echols@gsa.gov no later than 2:00 PM Eastern Time on January 26, 2015 which allows a reasonable response time before the CSS closing date/time. Offerors shall furnish all the information requested by this solicitation. Offerors are expected to examine this entire solicitation document including the PWS. Failure to do so will be at the offeror's own risk. Proposals shall set forth full, accurate, and complete information as required by this solicitation package. The penalty for making false statements in proposals is prescribed in 18 U.S.C. 1001. Offerors submitting restrictive data shall mark it as follows in accordance with the FAR Clause 52.215-1 Instructions to Offerors - Competitive Acquisition which is incorporated by reference. Clause 52.215-1 states: "Offerors who include in their proposals/ quotations data they do not want disclosed to the public for any purpose or used by the Government except for evaluation purposes, shall - Mark the title page with the following legend: "This proposal/quotation includes data that shall not be disclosed outside the Government and shall not be duplicated, used or disclosed--in whole or in part--for any purpose other than to evaluate this proposal or quotation. If, however, a contract is awarded to this offeror as a result of--or in connection with--the submission of this data, and the Government incorporates the proposal/quotation as part of the award, the Government shall have the right to duplicate, use, or disclose the data. Also, this restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to the restriction is contained in sheets (insert numbers or other identification of sheets)"; and Mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation." The Government assumes no liability for disclosure or use of unmarked data and may use or disclose the data for any purpose. Unless restricted, information submitted in response to this request may become subject to disclosure to the public pursuant to the provisions of the Freedom of Information Act (5 U.S.C. 551). Offerors shall specifically identify and address assumptions within their proposal. The Government reserves the right to reject any proposals that include any term or assumption that fails to assent to a material term of the solicitation. Points of Contact: Rebecca Taylor 401 W. Peachtree Street NW, Suite 2700 Atlanta, GA 30308 E-mail: rebecca.taylor@gsa.gov Keith Echols 401 W. Peachtree Street NW, Suite 2700 Atlanta, GA 30308 E-mail: keith.echols@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/76d64dc693bfbd6ba47035334d35605b)
 
Place of Performance
Address: The work to be performed under this contract will be performed primarily at Robins AFB., United States
 
Record
SN03627845-W 20150131/150129234611-76d64dc693bfbd6ba47035334d35605b (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.