Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOLICITATION NOTICE

S -- Interior Plant Leasing and Maintenance Services - RFP# SECHQ1-11-R-0001

Notice Date
10/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#561730 — Landscaping Services
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, Virginia, 22312-2413, United States
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-11-R-0001
 
Archive Date
11/6/2010
 
Point of Contact
Tamara J. Oliver, Phone: 2025518351, Karen Glass, Phone: 2025518831
 
E-Mail Address
Olivert@sec.gov, glassk@sec.gov
(Olivert@sec.gov, glassk@sec.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment F - Past Performance Questionnaire Attachment E - NonDisclosure Form - Employee Attachment D - NonDisclosure Form-Contractor Attachment C - Pricing Attachment B - Planter Locations by Floor Attachment A - Plants and Planter Types Formatted copy of the Synopsis/Solicitation posted in the Description, for ease of reading. SECHQ1-11-R-0001 - Station Place 3 Interior Plant Leasing and Maintenance 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) and the reference number is SECHQ1-11-R-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-45. This is 100 percent set aside for small business. The NAICS Code is 561730 and the size standard in millions of dollars is $7M in average annual revenue. Written proposals are required (oral offers will not be accepted). Submission of proposals must be in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced technically acceptable proposal from a responsible offeror. Please include CAGE Code, DUNS, Tax Identification Number, FOB Point (FOB Destination is required), and Discount Terms in your response. Contract line item numbers and items, quantities and units of measure are provided in Attachment C. The period of performance and place of delivery and acceptance are provided below. SCOPE OF CONTRACT: 1. FACILITY/LOCATION: U.S. Securities & Exchange Commission (SEC) Headquarters, Station Place 3 (SP3), 700 Second Street, NE, Washington, DC, 20549. 2. OBJECTIVE. The Contractor shall provide an appropriate interior plants solution for a modern professional office environment, incorporating a variety of plants in well designed groupings that are aesthetically in keeping with the architectural and interior design of the space. 3. DESCRIPTION OF SERVICES: The Contractor shall provide, deliver, install and maintain interior plants, shrubs and trees (hereinafter referred to as "plants") and plant related furnishings on a leased basis (e.g. Contractor will retain ownership of provided plants) and install such items in government provided planters. The Contractor shall provide such services in a phased manner by floor in support of the newly leased and constructed tenant space on Floors Two, Three, Four and Five of Station Place III. The Contractor shall plan, organize and coordinate with SEC personnel concerning all aspects of the project to ensure scheduling installation, use of loading docks, and proper and safe placement of all plants and related furnishings. The Contractor shall be responsible for providing all plants, supervision, labor, materials, supplies, warehouse space, tools, equipment and protection materials necessary to perform the plant installation and maintenance to ensure the continued health, appearance and longevity of the displayed plants during the life of the contract. There are no storage facilities to house tools, maintenance materials or plants at Station Place 3. The Contractor may also be required to provide plants and furnishings for the holiday decorations during the month of December in the floor lobbies of all four (4) SEC Headquarters sites located in Washington, D.C. and the Northern Virginia area. The Contractor shall not be responsible for employees' personal plants or flowers. Following cessation of contractual services, Contractor shall remove all plants and plant furnishings/fillers from SEC owned planters at the Contractor's own cost. The requirement is to provide plants and related services in accordance with the following requirements: 3-A. Implementation. (1) The Contractor shall furnish and install plants in government provided planters in accordance with the Plants and Planter Types identified in Attachment A and at the locations identified in Attachment B, unless otherwise approved by the COTR (NOTE: The planters identified in Attachments A and B are examples provided to aid offerors in developing proposals (e.g., approximate size/dimensions; quantities by type; and plant guidance per type of planters) and to define the scope of the SEC requirement - the actual government furnished planters may vary from the illustrated brand/style yet the overall shape and size will be substantially similar.) Recommended plant furnishings to include fillers are Spanish Moss, Black River rock, sand or other non-standard fillers. The plants proposed and installed are recommended to have been identified as a type that has documented evidence of improving indoor air quality to the maximum extent practicable (reference NASA and the Associated Landscape Contractors of America (ALCA) Study; information at: http://www.cleanairgardening.com/houseplants.html. (2) The Contractor shall meet with the SEC Project Team to review final plant selections, plant furnishing selections, interior plantscape scheme and phased schedule. No plants or plant furnishings may be delivered or installed without first receiving written approval from the COTR on the final selection of particular plant species and/or types, their respective quantity, their location and their respective furnishings. The Contractor shall provide the COTR with a project schedule including all stages of delivery and installation in conjunction with the completion of each phase of construction and furniture installation. (3) The Contractor shall conduct a site survey for each floor to review site conditions and all planter locations per Attachment B and shall make recommendations to the COTR for adjustment or relocation of planters and plants. The COTR shall advise the Contractor of any schedule adjustments related to the new construction. (4) The Contractor shall provide on-site supervision and quality control and shall provide the following: (a) Develop and maintain a plant master plan to include plant description and quantity and date installed or replaced. (b) Provide a representative on-site full-time throughout the delivery and installation process for coordination with other trades and for problem resolution. (c ) Provide on-site supervisor(s) who are part of the working crew and who are responsible for the control for the crew, their conduct, and their work schedules. (d) Facilitate the badging and full supervision of all installation and delivery personnel. The SEC requires that all short term contractors that do not have permanent badges be escorted at all times (reference paragraph 4, below). (e) Coordinate with the building owner representatives, construction contractor, architect, and SEC personnel on access to the site, loading docks, and staging areas. (f) Supply, install and remove protective materials at installation locations. Protective materials shall include but are not limited to a minimum of plastic floor covering or masonite. Carts used to transport items shall have rubber wheels, be clean, and shall be in safe working condition. (g) Coordinate staging, uncrating and trash removal in accordance with LEED paragraph 3-C, below. (h) The Contractor shall schedule a walk-through with the COTR for each phase of the installation per floor for acceptance. Quarterly on-site inspections shall be pre-scheduled with the COTR at the time of final acceptance of installation. (i) The Contractor shall be responsible for any property damage incurred during the installation including the site, the furniture, or personal property, and repair before invoice submission. 3-B. Routine Maintenance. Maintenance shall occur on a regular basis but no less than weekly and shall include those services that ensure the proper health of the plants and encourage growth, good color and adequate root development. Maintenance shall be performed by or under the supervision of fully-insured personnel with a horticulture degree. Services shall include watering, misting, environmentally friendly and odor-free fertilizer, spraying, cleaning, leaching, aerating, replacement of potting materials and fillers, and plant replacement in accordance with sound horticulture practice. The Contractor shall be responsible for providing and executing a not-less-than monthly maintenance plan in which the Contractor shall maintain the plants in a healthy, vigorous and attractive condition. (1) Plant Areas: All plants shall present a well-groomed appearance at all times. All planters and planted areas shall be free of all paper, gum, bottles, trash, and other discarded material. Surface soil areas of planters will be kept dressed by Contractor with use of fresh and clean Spanish moss, or similar covering material that meets normal commercial standards for florist/interior plantings. Replenish fillers such as Black river rock or other non-standard filler. (2) The Contractor shall rotate containers as required to properly expose all sides of the plant to sunlight, depending on species, to promote even growth. (3) Watering: All planted areas (planters) shall show no signs of excess dryness at any time. All areas shall be checked for moisture content on a regular basis. Contractor is responsible for ensuring all areas receive proper water, fertilizer, and pest control application and coverage based on the type of plants provided. (4) Leaves: Areas shall be kept free of fallen leaves. The Contractor will remove all clippings, trimmings, cuttings, trash, excess soil, and debris from floor and planter areas resulting from work or from normal plant leave droppings. (5) Natural Appearance: All trees and plants shall be shaped to achieve a natural appearance. Trees and plants shall present a neat, well-maintained appearance free of dust, and provide unobstructed access to seating and pedestrian areas at all times. A landscaping professional will accomplish any plant trimming. (6) Pest, Disease, and Weed Control: (a) The Contractor shall furnish all chemicals, including fertilizer and required insecticides necessary to comply with quality requirements (reference Paragraph 3.C. below). All chemicals shall be approved for suitable for interior use in public buildings by Federal, State, and local regulation. The contractor shall provide Material Safety and Data Sheets to the Contracting Officer's Technical Representative (COTR) prior to use of any such substances. There shall be no evidence of pests or disease in plants provided and maintained by the Contractor. The Contractor is responsible for removing and disposing any contaminated material from Federal property at their expense. (b) The Contractor shall apply fertilizers and trace elements as necessary to maintain healthy and attractive plants. (c) The Contractor shall inspect soil and foliage for insects and disease and apply any needed pesticides and fungicides. Soil Samples if required shall be taken and analyzed at the Contractor's expense by an approved testing laboratory from areas where plant health problems are suspected of occurring. Any costs of any special analysis or treatment will be fully at Contractor's expense. (7) The Contractor shall be responsible for correcting or replacing damaged plant related furnishings and for plants not in sound horticultural health. This includes plants that are damaged, die, or lose their original form due to natural causes, or negligence or improper maintenance by the Contractor, and such plants shall be replaced in equal kind and size at no expense to the Government. The Contractor shall not he held responsible for replacement of plant materials damaged or killed due to vandalism or extreme environmental conditions beyond the Contractor's control. (8) The Contractor shall provide to the COTR a quarterly plant inventory database in Microsoft Excel format indentifying plant type, size, condition, container condition, and location. (9) The Contractor shall provide a quarterly rotation of seasonal plants in smaller containers as determined by the SEC Project Team (Reference Attachment A for applicable planters). 3-C. Leadership in Energy and Environmental Design (LEED). The SEC has determined that tenant spaces shall be constructed and furnished to achieve a minimum LEED-CI Silver certification. In order to ensure all aspects of the LEED-CI certification requirements continue to be met, the Contractor shall assist SEC in complying with Federal regulations regarding the use of non-toxic chemicals for use with plants and the following requirements to the maximum extent practicable: (1) All chemicals specified and used shall comply with EPA regulations. The Contractor shall submit to the COTR the names and technical information, including EPA certification, on all chemicals proposed for use. The program and chemical information shall be submitted to the COTR one week prior to use. (2) The plant contractor shall also specify plants that are non-toxic and that are shown to improve air quality to the maximum extent practicable. (3) The Contractor shall remove all protective materials from items delivered, installed or used under this contract from the building according to sustainability guidelines. Cardboard, metals, and other items shall be recycled as provided for within the District of Columbia. The Contractor shall remove all trash refuse cartons, packing and crating materials resulting from installation of new or relocation of existing items. All debris shall be discarded off the premises daily. The Contractor shall not utilize the landlord's trash receptacles. 3-D. Holiday Decorations (OPTIONAL SERVICE): If exercised, the Contractor shall be responsible for designing holiday decorations in conjunction with the SEC design staff or A/E contractor, and providing and installing no later than the first week of December of each contract year and removing no later than the first week of January of each respective contract year. The Contractor shall provide, coordinate, set-up, maintain, tear-down, and remove the December Holiday decorations at four SEC Headquarter sites located in the Washington, D.C. and Northern Virginia area at the not-to-exceed amount specified in CLIN 0003 and per the amount identified in each exercised Option Year. The decorations may consist of, but are not limited to, live topiaries, foliage and seasonal blooming plants, fresh flowers, wreaths, garlands, and other decorative items as selected and approved by the COTR. 3-E. Manner and Time to Conduct Services: The services including delivery, installation and routine plant maintenance shall occur before or after normal SEC business hours (7:00 AM to 6:00 PM ET), Monday through Friday. Work may not be performed on government holidays except with prior written approval by the COTR. Services such as quarterly inventory and walk through with the COTR shall occur during normal SEC business hours. 4. BACKGROUND CLEARANCES: 4-A. SEC Non-Disclosure Agreement. The Contractor shall submit to the Contracting Officer (CO) a list of its employees, agents, and subcontractors that will be authorized access to SEC information by virtue of performing the requirements set forth in this contract. Each person identified on the list shall then sign a non-disclosure agreement (Attachment D & E) and submit it to the CO before starting work at the SEC. The Contractor shall also ensure that all of its employees, agents, and subcontractors assigned to perform the requirements set forth in this contract adhere to the terms of the non-disclosure agreement, protecting all confidential or non-public information. Assignment of staff who has not executed the non-disclosure agreement or failure to adhere to this statement shall result in action by the contracting officer, as deemed appropriate. 4-B. Pre-Employment Check. The Contractor shall complete a pre-employment check, to include a background investigation, of each proposed employee under this contract to determine suitability for employment on the basis of qualifications for the job. The Contractor shall submit OPM Form 85P for each prospective employee. OPM Form 85P is available at http://www.opm.gov/forms. The Government reserves the right of final approval for prospective employees. The pre-employment check shall include, but not be limited to: (1) Criminal History Check: Local jurisdictions including the Virginia State Police, Maryland State Police and the Washington Metropolitan Police Department shall be contacted to determine criminal history of each Contract employee. Contract employees who have residency in local jurisdictions of less than six months shall also have criminal history checks from the city or county of their most recent residency. A national criminal history report must also be obtained from the Federal Bureau of Investigation (FBI). (2) Credit History Check: Credit history shall evidence the Contract employee to be responsible with credit obligations. A Contract employee receiving an unfavorable credit rating must be approved by the COTR prior to acceptance to this Contract. The explanation shall be addressed in writing to explain the circumstances and submitted to the CO for approval prior to assignment on this Contract. 4-C. Security Requirements of the Federal Government and the SEC. The Contractor shall comply with all security requirements of the SEC and the Federal Government regarding authorizing personnel to be on-site and proper storage and transport of items to SEC facilities. (1) Personnel Security Requirements. The Contractor shall comply with all SEC requests to badge key personnel for each project. The number of key personnel badged shall be sufficient to provide continuous onsite escorts for all phases of the project. Each person that is a candidate to receive a badge shall complete the requested forms, submit to fingerprinting, and be able to complete the online registration process as provided by the SEC. (2) Transport Security. The Contractor shall provide transport vehicles that are locked during transit and guarded at all times during loading. The contractor shall be responsible for theft or loss due to negligence. (3) Badging Process. The Contractor shall work with the COTR and the SEC Personnel Security office to obtain appropriate contractor badges. 5. INSURANCE REQUIREMENTS: The Contractor shall obtain and maintain all pertinent certificates of insurance. The Contractor shall forward a completed certificate(s) of insurance and proof of workers' compensation signed by an authorized representative of the Contractor to the Contracting Officer at least ten (10) days prior to commencement of Services and upon renewal of insurance. All insurance policies shall be written by companies licensed to do business in the District of Columbia and have a rating by Best's Key Rating Guide not less than "A". The certificate(s) of insurance shall provide the following minimum coverage: 5-A. Commercial General Liability. Commercial General Liability Insurance shall cover claims for bodily injury, death, personal injury or property damage with minimum limits of $1,000,000 each occurrence with a General Aggregate and Product/Completed Operations Aggregate limit of $2,000,000; Fire Damage of $50,000 and Medical Expense of $5,000 and naming The Louis Dreyfus Property Group and the U.S. Securities and Exchange Commission as additionally insured. 5-B. Automobile Liability Insurance. Comprehensive Automobile Liability Insurance shall cover ownership, operation, and maintenance of all owned, non-owned, and hired automobiles used in connection with the work performed at the property, with minimum limits of $1,000,000 each occurrence. 5-C. Workers' Compensation Insurance. Workers' Compensation Insurance shall comply with statutory limits as required in the District of Columbia and shall include Employer's Liability or "stop gap" coverage with limits of $100,000 each accident. 5-D. Replacement Cost Property Insurance. Replacement Cost Property Insurance shall cover all owned or rented equipment and tools that the Contractor brings onto and/or uses on the premises. 5-E. Additionally Insured. The following shall be named as Additionally Insured on the Certificate of Insurance or separate endorsement to policies issued for coverage. The language shall read: The Louis Dreyfus Property Group and the U.S. Securities and Exchange Commission, and their employees and agents are additionally insured with respect to General Liability, Automobile Liability, and any Excess Liability. NOTE: The contractor agrees to insert the substance of this language in all subcontracts hereunder, if any. Evidence of insurance is to be provided to the Contracting Officer before notice to proceed on contract can be issued. 6. ELECTRONIC SUBMISSION OF INVOICES: The Contractor shall submit invoices via email. In order to expedite receipt and payment of invoices, SEC requires that all invoices and required supporting documentation be submitted via e-mail. No duplicate copies shall be sent via the US Postal Service or courier. Electronic Invoice Instructions: Invoices must contain the following information or they will be rejected: a. Company logo or letterhead b. Company name and payment address c. Company point of contact (POC) for the invoice with phone and email d. Invoice Number e. SEC Contract or Order number f. SEC COTR name g For supplies: contract line item number, item description, quantity delivered, and unit and extended price, per Section B CLIN structure h. For services: contract line item number, item description, period of performance and associated costs, per Section B CLIN structure i. Shipping and handling charges, if applicable j. Clearly mark duplicates of previous invoice submissions with "DUPLICATE" k. Clearly mark the final invoice with "FINAL INVOICE" E-Mail Message Instructions: The following information must be in the email message forwarding electronic invoices: a. Subject Line: Company name and the invoice number b. E-Mail Message: i) Company POC with contact information ii) Invoice number iii) Contract or Order number iv) SEC COTR, IAO or other POC name c. Attach the invoice and any supporting documents in a secure tamper-proof or tamper-resistant format compatible with Adobe Acrobat. d. Electronic signatures are acceptable in scanned documents. Each page of a document must be clearly marked with information identifying it with the company, the contract, the invoice, and any other information required by the contract. e. E-mail invoices to the following address: SEC_vendor_invoices@sec.gov If you have any questions regarding Electronic Invoicing, please contact Tina Webb, Payment Specialist, at (202) 551-7824. 7. PRICING: Provide pricing for the base year and all other subsequent option years. See Attachment C for pricing format. 8. EVALUATION FACTORS: In addition to the provisions and clauses listed below, FAR 52-212-2, Evaluation of Commercial Items is applicable to this solicitation. The evaluation criteria stated in paragraph (a) of the provision are as follows: The significant evaluation factors are: 1. Past Performance of the Firm; 2. Technical Approach; 3. Interior Plantscape Scheme; and 4. Key Personnel. The contract award will be offered to the lowest priced technically acceptable proposal from a responsible offeror. Each offer must meet the technical evaluation criteria listed below in order to be determined technically acceptable. Factor 1 - Past Performance: Experience with contracts for interior plant services. Past performance will be evaluated on the basis of the quality of service provided and timeliness of delivery. The past performance should include a description of at least three (3) contracts you have performed within the past 4 years that are similar in size and scope to this requirement. Offerors shall provide their stated references a copy of the SEC Past Performance Questionnaire at Attachment F and request the reference complete and submit the questionnaire directly to the SEC as instructed in Attachment F. Include all of the following information for the three (3) references in the proposal: a. Name of Agency/Organization b. Contract number c. Contract type d. Total contract value e. Description of contract work f. Contracting officer (or similar representative) name, telephone #, and email address Factor 2 - Technical Approach: Ability to furnish quality interior plant services. Methodology for plant selection and location (e.g., meeting indoor air quality standards, direct sunlight, etc.); plant furnishings selection and use; maintenance schedule and rotation schedule meeting the requirements set forth in this solicitation. The offeror shall limit descriptive narrative and illustrations to ten (10) pages for this factor. Factor 3 - Interior Plantscape Design Scheme: Describe interior plantscape design scheme including overall aesthetics and variety of plants and plant furnishings/fillers in the identified planters. The offeror shall provide a complete solution that clearly addresses how they contribute to the overall solicitation Paragraph 2,"Objective", listed above. The offeror shall limit descriptive narrative and illustrations to ten (10) pages for this factor. Factor 4 - Key Personnel: Degreed horticulturist to be the primary SEC program contact and to perform/oversee contract requirements. Submit resume of proposed personnel identifying qualifications, experience, certifications, and academic achievements to include horticulture degree. 9. WAGE DETERMINATION (WD): WD #05-2103 (Rev. #10), dated 06/15/2010 will be used for this request. The wage determination can be viewed at www.wdol.gov. 10. PROVISIONS AND CLAUSES INCORPORATED IN FULL TEXT. 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 10 days of contract expiration.   52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause not exceed 60 months. 11. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The full text of the referenced FAR clauses may be accessed electronically (http://www.acquisition.gov/far). The selected Offeror must comply with the following commercial item terms and conditions which applies to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, the following clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business (May 2004) (15 U.S.C. 637(d)(2) and (3). 52.219-9, Small Business Subcontracting Plan (Jul 2010) (15 U.S.C. 637(d)(4)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Sep 2010) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 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.) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.). Note: CCR Registration: a prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. FAR clause 52.204-7, "Central Contractor Registration" is incorporated by reference. 12. SITE VISIT. A site visit of the Station Place 3 Third Floor will be conducted by Carla Hairston, Space Management Specialist and will be held on October 13, 2010 at 10:00am (EST) only. Please contact Tammy Oliver or Karen Glass via e-mail at Olivert@sec.gov or Glassk@sec.gov to confirm your attendance and obtain site visit specifics (meeting location). 13. CLOSING DATE. Offers are due October 22, 2010 by 2:00 p.m. Eastern Time. Offers will not be accepted if submitted electronically (fax or email). All offers must be signed. Offers shall be mailed Attn: Tammy Oliver to: US Securities and Exchange Commission, Office of Acquisitions, Mailstop 0-20, 6432 General Green Way, Alexandria, VA 22312-2413. A complete offer will consist of an original and 2 copies of the following documents: (1) Price for CLINS as listed in Attachment C; (2) Signature on an offer cover letter which includes the offer's acceptance period; (3) Past Performance information; (4) Technical Approach information; (5) Interior Plantscape Design Scheme; (5) Identified Key Personnel; and (6) Certify the Offeror's ORAC Representations and Certifications are current, (https://orca.bpn.gov/). The contracting officer will review the offers received for completeness, and may reject any incomplete offers. Technical questions are due by 2:00 PM EST on October 15, 2010 and can be e-mailed to Tammy Oliver. The Point of Contact for this solicitation is Tammy Oliver at 202-551-8351 and e-mail: Olivert@sec.gov. The Contracting Officer is Karen Glass at 202-551-8831.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-11-R-0001/listing.html)
 
Place of Performance
Address: U.S. Securities & Exchange Commission Headquartes, Station Place 3, 700 Second Street, NE, Washington, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN02307218-W 20101008/101006234500-c6f5e5b371ef13ed917cfab7ff413aaa (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.