Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2013 FBO #4316
MODIFICATION

S -- Landscape services, Riverside, CA - Solicitation 1

Notice Date
9/16/2013
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-S-13-0082
 
Archive Date
10/9/2013
 
Point of Contact
Louise L. Snitz, Phone: 510-559-6022
 
E-Mail Address
louise.snitz@ars.usda.gov
(louise.snitz@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Riverside Plot plans, showing designated areas for: Edging-Mowing; String-Trimming; Hand Weeding and Pruning Fence Line. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The Solicitation Number AG-32SD-S-13-0082 is issued for a Request for Quote (RFQ).) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (iv) This is a 100% small business set-aside. The NAICS Code is 561730 and small business standard is $7.0 million average annual receipts (v) The USDA, ARS, U.S. Salinity Laboratory requires landscaping services in accordance with the attached Statement of Work. Four pages of drawings show designated areas for Edging/Mowing, String-Trimming, Hand-Weeding and Pruning Fence Line, respectively. The attached Wage Determination No. 2005-2053, dated 6/19/2013, is applicable for the base year. The site visit is September 19, 2013, at 9:00 am. Contact Rick Sesuca, romarico.sesuca@ars.usda.gov 951-369-4871 or Nancy Knap, nancy.knap@ars.usda.gov 951-369-4813 for directions. This recommended site visit will familiarize offerors with the existing landscape conditions, the Contractor's work conditions, the on-site Departmental regulations, and the use of utilities. Failure to visit the site does not relieve the contractor from the responsibility for estimating properly the difficulty or cost of successfully performing the work. Attendance is one of the evaluation factors. After thorough review of the Statement of Work and attendance at the site visit, provide your price, on company stationary, or in an e-mail, as price per month for 1. Base Year, 01 Oct 2013 - 30 Sep 2014; 2. Option Year One, 01 Oct 2014 - 30 Sep 2015; 3. Option Year Two, 01 Oct 2015 - 30 Sep 2016; 4. Option Year Three, 01 Oct 2016 - 30 Sep 2017; and 5. Option Year Four, 01 Oct 2017 - 30 Sep 2018. (vi) Evaluation factors, in addition to price, are: 1. Attendance at the site visit. 2. References from previous work of a similar nature, including point of contact, current telephone numbers, email addresses, and description of project. Be sure to provide information relevant to Evaluation Factor #2 in your offer. (vii) Period and performance: October 1, 2013 through September 30, 2014, with four option years, described above, for work performed the USDA, ARS, U.S. Salinity Laboratory, see address below. (viii) Offeror must be actively registered in www.sam.gov and complete & provide the following provision with their quote, in order to be awarded a purchase order: AGAR 52.212-3, Offeror Representations and Certifications-Commercial Items, shall be provided with your offer. Complete the following provision and provide with your quote: 452.209-70 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) (a) Awards made under this solicitation are subject to the provisions contained in the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012 (P.L. No. 112-55), Division A, Sections 738 and 739 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) The Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal or State law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jul 2013), applies to this acquisition. (vii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Aug 2013) applies to this acquisition, with these additional FAR clauses cited in the clause applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-41, Service Contract Act of 1965 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 52.223-18, Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). The full text of all clauses and provisions are available at www.acqnet.gov and http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/subchaph.html#22871 (viii) Additional applicable clauses are: AGAR 452.209-71, Assurance Regarding Felony Conviction Or Tax Delinquent Status For Corporate Applicants 52.217-8 Option to Extend Service (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. 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, shall not exceed 5 year and 6 months. 52.228-5, Insurance--Work on a Government Installation (Jan 1997); AGAR 452.228-71 Insurance Coverage (NOV 1996); 52.232-18, Availability of Funds, (Apr 1984). (x) The offers are due September 24, 2013, 8:00 a.m. to louise.snitz@ars.usda.gov (xi) Contact Louise Snitz 510-559-6022. email address above for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f4c637ed37f332a15feb77ed4c9f718e)
 
Place of Performance
Address: USDA, Agricultural Researhc Service, U.S. Salinity Laboratory, 450 W. Big Springs Road, Riverside, California, 92507-4614, United States
Zip Code: 92507-4614
 
Record
SN03189357-W 20130918/130916235500-f4c637ed37f332a15feb77ed4c9f718e (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.