Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2016 FBO #5215
SOLICITATION NOTICE

F -- Tropical Ash Tree Leaf Production - Michigan - Pricing Schedule and Performance Work Statement

Notice Date
3/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
111421 — Nursery and Tree Production
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-16-0075
 
Archive Date
3/15/2016
 
Point of Contact
Lisa A Draves, Phone: 612-336-3364
 
E-Mail Address
lisa.a.draves@aphis.usda.gov
(lisa.a.draves@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AGAR 452.209-70 SCA Wage Rates Pricing Schedule and Performance Work Statement 1. 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. 2. This reference number for this effort is AG-6395-S-16-0075. This solicitation is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-85, effective February 1, 2016 4. This solicitation is issued as a total small business set-aside. The associated North American Industrial Classification System (NAICS) for this procurement is 111421 with a small business size standard of $0.75 million. 5. Contract Line Items. (See attached Pricing Schedule). 6. Description: Work includes, but is not limited to, providing indoor and outdoor spaces to maintain and monitor approximately 300 Fraxinus uhdei (Tropical Ash) trees. Services are anticipated to begin during mid-March or April 2016. 7. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. 52.212-1 Addendum: (b) Submission of quotations. Submit quotations by email to lisa.a.draves@aphis.usda.gov. QUOTATIONS MUST INCLUDE THE FOLLOWING : (1) Cover page referencing the solicitation number, company name, address, point of contact information (name, title, phone, email), and DUNS number. (2) A quoted price for each line item (please fill-in attached Pricing Schedule). (3) Technical Capability Information: A detailed description how the contractor plans to fulfill the technical requirements. Include a description and photograph of proposed indoor and outdoor spaces. (4) Past performance: Provide at least two (2) past performance references for work performed by the Quoter within the last three years. Include title/description of project, reference name, title, valid phone and email. (5) The following representation: AGAR 452.209-70 (See attached.) (6) Acknowledgement of solicitation amendments (if applicable) (c) Period of validity of quotations. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. The quoter agrees to hold the prices in its quotation firm through March 31, 2016 unless another time period is specified in an addendum to the solicitation. 8. The provision at 52.212-2, Evaluation - Commercial Items, applies. Award will be made to the responsible offeror whose quote conforming to the solicitation is the lowest price technically acceptable quotation. Quotations will be evaluated in accordance with FAR Part 13, Simplified Acquisition Procedures. Award will be made to the lowest priced technically acceptable quoter. The Government will evaluate "Technical Capability" and "Past Performance" to determine if a quote is considered technically acceptable: (a) "Technical Capability" will receive a rating of "acceptable" or "unacceptable" in its entirety. In order to receive an "acceptable" rating, the quoter must demonstrate that the vendor's proposed personnel and facility are capable of meeting the requirements of the project. (b) "Past Performance" will receive a rating of "acceptable" or "unacceptable" in its entirety. The Government may contact any or all of the past performance references provided in response to this solicitation, and may also use other information obtained from any other sources when evaluating past performance. Past performance will be rated "unacceptable" if the contractor receives adverse past performance information unless the quoter can demonstrate that adequate corrective actions were taken. In the case of a quoter with no relevant performance history, or for whom no information on past performance is available, the quoter will be evaluated as "acceptable" provided the quoter certifies that additional past performance information is not available and provides an acceptable explanation as to why past performance information is not available. 9. The provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 1) applies. Offerors must complete online representations and certifications in the System for Awards Management (SAM) at www.sam.gov. 10. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-4 Addendum: (g) Invoices, is revised to include the following statement: All invoices shall be submitted through the Invoice Processing Platform (IPP) at www.ipp.gov. IPP is a secure, web‐based service that manages government invoicing. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items, applies to this acquisition. The following clauses are checked as applicable: X___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). X___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). X___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). X___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). X___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). X___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). X___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). X___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X___ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). X___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). X___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). X___ (31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). X___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). X___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) X___ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). X___ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). X___ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). X___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). X___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Code: 08280, NURSERY SPECIALIST, GS-7 X___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). X___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). X____ 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 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 theywere 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): http://farsite.hill.af.mil/ 52.232‐40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) AGAR 452.209-70 Representation by Corporations Regarding An Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2015 Appropriations and Beyond (Deviation 2015-01) (see attached) 52.217-8 Option to Extend Services (Nov 1999) - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration (base or option year). 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The term of the base period shall be from the date of award through March 15, 2016. The Government has the right to extend the term of this contract for two additional Option periods, which may be exercised by the Contracting Officer as follows: Option Period 1 (Item 0002): March 16, 2017 through March 15, 2018 Option Period 2 (Item 0003): March 16, 2018 through March 15, 2019 (b) The Government has the right to exercise Option Item 0004 (Repotting Ash Trees Using Existing Pots) and/or Option Item 0005 (Repotting Ash Trees Using Contractor Supplied New 7 Gallon Pots) at any time before 30 days prior to expiration of the base or exercised option period. (b) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to the expiration of the base period or preceding option period. The preliminary notice does not commit the Government to an extension. Exercise of any option shall be evidenced on a Standard Form 30, citing this paragraph as the authority for exercising the option(s). An option shall be considered to have been exercised: (1) at the time the Government transmits written notification to the Contractor if the transmission is by fax, email, or other electronic means; or (2) at the time the Government deposits the notification in the mail. (c) If the Government exercises this option, the extended contract shall be considered to include this option clause. (d) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three and six months years. (xiv) Point of Contact for Inquiries: Please submit questions in writing to Lisa Draves, lisa.a.draves@aphis.usda.gov. Quoter is responsible for ensuring completeness of quotations. The Government may evaluate solely on the information provided in the quotation. Quotations that include additional terms may be excluded from consideration. Alternate Pricing Schedules will not be considered. Quotations must include a price for all items in the solicitation to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-16-0075/listing.html)
 
Place of Performance
Address: Michigan, United States
 
Record
SN04037781-W 20160304/160302235752-f589c846e1ca9de7e960b8d306ccc9de (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.