Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOLICITATION NOTICE

V -- OHIO STATE - NRCS AND FSC - OFFICE MOVE

Notice Date
10/28/2020 1:17:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12FPC121Q0006
 
Response Due
10/21/2020 1:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Kristina Baker
 
E-Mail Address
kristina.baker@usda.gov
(kristina.baker@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
10/15/2020 - SEE ADDED�QUESTIONS WITH ANSWERS COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type:��Combined Solicitation/Synopsis Solicitation Number:��12FPC121Q0006 Posted Date:��10/09/2020 Original Response Date:��10/21/2020 Current Response Date:��10/21/2020 Product or Service Code:��Moving Services V301 Set Aside:��Total Small Business NAICS Code:��484210 Contracting Contact Information Acquisition and Procurement Division Farm Production and Conservation U.S. Dept of Agriculture �Kris Baker;��Kristina.baker@usda.gov Combined Synopsis/Solicitation Notice Solicitation Number: 12FPC121Q0006. Response Date: October 21, 2020, (3:00pm Central) Point of Contact (POC) Kris Baker, Contracting Officer, kristina.baker@usda.gov, Tel. (913) 907-5423.� This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number is 12FPC121Q0006. This solicitation is issued as a Request for Quotation (RFQ) IAW FAR Part 12.6. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06 effective May 6, 2020. (iv) This acquisition is Set Aside for Small Business (SB) For this acquisition, a firm will be considered small under NAICS 484210 Used Household and Office Goods Moving. SYNOPSIS:�This procurement is a TOTAL SMALL BUSINESS SET-ASIDE ACQUISITION and will be released under Solicitation Number 12FPC121Q0006.���� DESCRIPTION:�United States Department of Agriculture (USDA) Natural Resource Conservation Services (NRCS) and Farm Service Administration (FSA) Ohio State Office has a requirement for a moving company (See attachment 1 Attachment to include addresses.) PROJECT DURATION.� One (1) week after the Notice to Proceed (NTP) is issued.� Contract approximate Period of Performance ��November 16, 2020 through November 20, 2020.�� SUMMARY.�Moving services for office furniture, materials, appliances, and equipment typically found in an office setting. All labor, supervision, tools, equipment, transportation, permits, fees, taxes, incidentals and materials necessary to perform the move are to be included and provided by the contractor in accordance with the statement of work, specifications, and terms and conditions of the contract, and other attachments provided. Addendum to 52.212-1,�Modify (b): Submission of Offers to read as follows: Quotes shall be submitted on company letterhead, signed, dated and sent via email to Kris Baker, Contracting Officer, email: kristina.baker@usda.gov, no later than October 21 2020, 3:00 pm Central Daylight Time (CDT). The offeror shall provide the NRCS and FSA with a Firm Fixed Price quote that is in accordance with this solicitation. Potential Quoters are advised they are responsible for obtaining and acknowledging any and all amendments to the solicitation. It is the Quoters responsibility to view the FedBizOpps website at�www.beta.SAM.gov,�Contract Opportunities, daily as no other notification of amendments will be provided on any revisions to this announcement or other notices. SYSTEM FOR AWARD (SAM) REGISTRATION:� All prospective contractors must register in the System for Award Management (SAM) registration database at www.beta.SAM.gov, to be considered for an award of a federal contract.� PROVISIONS The following Federal Acquisition Provisions apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items, (April 2014) 52.212-2 Evaluation - Commercial Items, (January 1999) 52.212-3 *Offeror Representations and Certifications - Commercial Items, (November 2013) *Please note: all offerors and prospective contractors must have an active registration with�www.Beta.SAM.gov�to be awarded an order. CLAUSES The following Federal Acquisition Clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items, (September 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, (January 2014) a)�The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50 Combating Trafficking in Persons, (February 2009) 52.233-3 Protest After Award, (August 1996) 52.233-4 Applicable Law for Breach of Contract Claim, (October 2004) b)�The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contract Officer has indicated as being incorporated in the contract by reference to implement provisions of Law or Executive Orders applicable to acquisitions of commercial items: 52.219-6 Notice of Total Small Business Set-Aside, (November 2011) 52.219-8 Utilization of Small Business Concerns, (July 2013) 52.219-13 Notice of Set-Aside of Orders, (November 2011) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.222-3 Convict Labor, (June 2003) 52.222-6 Construction Wage Rate Requirements (MAY 2014) 52.222-7 Withholding of Funds (May 2014) 52.222-8 Payrolls and Basic Records (May 2014) 52.222-9 Apprentices and Trainees (Jul 2005) 52.222-10 Compliance with Copeland Act Requirements (FEB 1988) 52.222-11 Subcontracts (Labor Standards) (May 2014) 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations (May 2014) 52.222-21 Prohibition of Segregated Facilities, (February 1999) 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (Feb 1999) 52.222-26 Equal Opportunity, (March 2007) 52.222-35 Equal Opportunity for Veterans, (September 2010) 52.222-36 Affirmative Action for Workers with Disabilities, (October 2010) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) 52.222-49 Service Contract Labor Standards -- Place of Performance Unknown (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.225-1 Buy American-Supplies (May 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, (August 2011) 52.228-5 Insurance � Work on a Government Installation (Jan 1997) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, (July 2013) 52.246-17 Warranty of Supplies (Jun 2003) 52.246-20 Warranty of Services (May 2001) Updated through FAC 2020-6, dated May 18, 2020 Basis for Award.�The Government will evaluate quotes in response to this solicitation without discussions and will award a contract to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, lowest price technically acceptable. The Government may reject a quote if the prices quoted are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of cost or price analysis techniques.� Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices.� A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated quote, or if it is so unbalanced as to be tantamount to allowing an advance payment.� Potential unbalanced pricing will be evaluated consistent with FAR 15.404-1(g). The Government may reject a quote if the prices quoted are unrealistically low.� Price/cost realism analysis is the process of independently reviewing and evaluating specific elements of each quoter�s proposed price to determine whether the estimated prices are realistic for the work to be performed; reflect a clear understanding of the requirements.� Quotes that are determined to be unrealistically low are considered a performance risk and may be rejected by the Government.� Price/cost realism analysis will be evaluated consistent with FAR 15.404-1(d).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/219ec02332544f499ed7d17ceae0c7ba/view)
 
Place of Performance
Address: West Alexandria, OH 45381, USA
Zip Code: 45381
Country: USA
 
Record
SN05839855-F 20201030/201028230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.