Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

S -- Snow Removal Service at Narragansett, RI NEFSC Lab - Package #1

Notice Date
8/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EE133F12RQ1036
 
Point of Contact
Lauren Kirkpatrick, Phone: 5084952112, Susan Henderson, Phone: 508-495-2206
 
E-Mail Address
Lauren.Kirkpatrick@noaa.gov, Susan.Henderson@noaa.gov
(Lauren.Kirkpatrick@noaa.gov, Susan.Henderson@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Service Contract Act - Wage Determination 05-2467 (Rev - 12) 'Attachment A' - must be filled out and returned with quote Statement of Work Request For Quote This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is EE-133F-12-RQ-1036. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-60 dated July 26, 2012. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This RFQ is full and open competition and is 100% set aside for small business. The associated North American Industry Classification System (NAICS) code is 561990, which has a corresponding size standard of $7.0 Million average annual receipts. The National Oceanic Atmospheric Administration (NOAA), National Marine Fisheries, Northeast Fisheries Science Center has a requirement for snow removal services for the Narragansett Lab at 28 Tarzwell Drive, Narragansett, RI 02882. The RFQ is attached, but venders should use the attached Bid Schedule when submitting a bid. This purchase order will be awarded as firm fixed price based on the price of each job preformed given the snow/ice conditions. The attached bid schedule lists the jobs that are anticipated to be performed based on the amount of snow fall or icing conditions. This pricing will be used for each job performed during each snow/icing event. Bids will be evaluated based on Past Performance and the TOTAL OVERALL PRICE OF ALL COMPONENTS on the Bid Schedule. Line Items: Item Number / Description / Period of Performance CLIN 0001 / Provide snow and ice removal services in accordance with the attached Statement of Work / Period of Performance: Base Year – 11/1/2012 – 4/30/2013 CLIN 0002 / Provide snow and ice removal services in accordance with the attached Statement of Work / Period of Performance: Option Year 1 – 11/1/2013 – 4/30/2014 CLIN 0003 / Provide snow and ice removal services in accordance with the attached Statement of Work / Period of Performance: Option Year 2 – 11/1/2014 – 4/30/2015 CLIN 0004 / Provide snow and ice removal services in accordance with the attached Statement of Work / Period of Performance: Option Year 3 – 11/1/2015 – 4/30/2016 Vendors shall provide three (3) references with the completed Bid Schedule, addressing that you have provided the same or similar service in the last 2 years. The references provided must include detailed contact information (phone number and address at minimum). Past performance is a significant evaluation factor that will be used to arrive at a best value award decision. Past performance is considered more important than price. Vendors are required to submit a signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (MAR 2012) (see attached) with their quote. This solicitation is subject to the Service Contract Act of 1965 and the applicable Wage Determination 05-2467 (Rev. – 12), posted on 6/19/12, which is also attached. Vendors shall include a completed copy of its representations and certifications at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (APR 2012), with their quote. [An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.] Vendors shall refer to the RFQ to obtain a copy of FAR provision 52.212-3. Federal Acquisition Regulation (FAR) and Commerce Acquisition Regulation (CAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) – Full Text This contract incorporates one or more clauses by reference, with the same force and effect as if they were 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): WWW.ACQUISITION.GOV (End of Clause) FAR 52.212-1, Instructions to Offerors – Commercial Items (FEB 2012) – By Reference FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) – By Reference FAR 52.217-8, Option to Extend Services (NOV 1999) – Full Text FAR 52.217-9, Option to Extend the Terms of the Contract (MAR 2000) – Full Text FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (APR 2012) – Full Text FAR 52.212-2, Evaluation – Commercial Items (FEB 2012) – Full Text Insert the following in paragraph (a) of this clause: The following factors shall be used to evaluate offers: Past performance and price. Past performance is a significant evaluation factor that will be used to arrive at a best value award decision. Past performance is considered more important than price. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) – Full Text The following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (12) 52.219-6, Notice of Total Small Business Set Aside (JUN 2003) (23) 52.219-28, Post Award Small Business Program Representation (APR 2012) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (38) 52.223-18, Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, (OCT 2003) The following additional FAR clauses cited in the clause at paragraph (c) are applicable to this acquisition: (1)52.222-41, Service Contract Act of 1965 (NOV 2007) FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) – Full Text Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70, Contracting Officer's Authority (APR 2010) – By Reference CAR 1352.209-73, Compliance with the Laws (APR 2010) – By Reference CAR 1352.209-74, Organizational Conflict of Interest (APR 2010) – By Reference CAR 1352.233-70, Agency Protests (APR 2010) – Full Text Fill-in paragraph "b": Department of Commerce, NOAA, NEFSC, Attn: Susan Henderson,166 Water Street, Woods Hole, MA 02543; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230 CAR 1352.237-71, Security Processing Requirements – Low Risk Contracts (APR 2010) – By Reference Responsible sources shall provide the following: 1. Price quote which identifies the requested services on the bid schedule as per unit prices 2. Signed Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (Attached) 3. Remittance address, Tax Identification number, Duns Number and Cage Code 4. Contact information for three references in order to evaluate past performance. In order to comply with the debt collection improvement act of 1966, all contractors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract. For information regarding registration of your CCR and ORCA Certification review the SAM website at https://www.sam.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means by 2:00 P.M. EST on September 12, 2012; any award resulting from this RFQ will be made based on best value for the government. Best value will be determined by a combination of past performance and price, with past performance being more important than price. Quotes must be submitted electronically either by fax to 508-495-2400 or via e-mail to Lauren.Kirkpatrick@noaa.gov. The anticipated award date is on or about September 14, 2012. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential offerors may direct all inquiries pertaining to the solicitation in writing to Lauren.Kirkpatrick@noaa.gov. Telephone requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EE133F12RQ1036/listing.html)
 
Place of Performance
Address: DOC/NOAA/NMFS/NEFSC, 28 Tarzwell Drive, Narragansett, Rhode Island, 02882, United States
Zip Code: 02882
 
Record
SN02862264-W 20120901/120831000420-bbf030f44f0f2aecf70b776185de3d7a (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.