Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

Z -- Mowing and Heavy Brush Removal of the River Levee and Playas - Performance Work Statement

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
International Boundary and Water Commission, Acquisition Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902, United States
 
ZIP Code
79902
 
Solicitation Number
IBM15-24
 
Point of Contact
Sylvia Grindstaff, Phone: 9158324121
 
E-Mail Address
sylvia.grindstaff@ibwc.gov
(sylvia.grindstaff@ibwc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Playas Ledger Map Playas Map River Levees CLAUSE: Compensation and Liability Insurance-IBWC Wage Determination 05-2519 (Rev.-18) Performance Work Statement This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued separately. This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. The solicitation document number is IBM15-23 and this solicitation is issued as a request for proposal (RFP). This is a 100% Small Business Set Aside. The associated North American Industry Classification System (NAICS) code is 561730 Landscaping Services, with a corresponding small business standard of $7.0 millions of dollars. Only offers from small businesses will be considered for this solicitation. Offer due date/Local time: September 12, 2015, 4:00 pm MST Only questions submitted by email to Sylvia.Grindstaff@ibwc.gov will be considered. Questions received from Offerors after 10:00 am on September 9, 2015 will not be responded to. Offerors may inspect the site where the work will be performed. Site visits may be arranged with Mr. Francisco Martinez at 956-564-2991. Description: The International Boundary and Water Commission, United States Section (IBWC) requires mowing and heavy brush removal between Carlson basin to the end of the River Levee in Brownsville and also Playas (1,232 Acres). The IBWC is seeking price quotes for: Mowing and heavy brush removal between Carlson basin to the end of the River Levee at Brownsville and Plays south of Brownsville; Please quote unit price and total price for CLIN 001. CLIN Structure: CLIN 001 Description: Mowing and heavy brush removal of the River Levee between Carlson Basin (Hidalgo, TX) to end of Levee (Brownsville, TX), and Playas south of Brownsville, Cameron County, Texas as outlined in the attached Performance Work Statement (PWS). Qty: 1 Unit: SV Unit Price: Total Price: CLIN 002 Description: No Cost Receive Line for CLIN 002 Qty: 1 Unit: EA Unit Price: N/A Total Price: N/A Grand Total: Refer to attached Performance Work Statement for description of the requirement to include dates and places of delivery, inspection, and acceptance. Evaluation of Offer - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical acceptability to meet IBWC requirements; Technical Approach and Past Performance. Technical Approach - Contractor shall provide a two to three page narrative addressing the items in the PWS. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule. Past Performance - Contractor shall provide three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project. The Government will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. The following provisions and clauses apply to this solicitation: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-19 Incorporation by Reference of Representations and Certifications. 52.212-1 Instructions to Offerors-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition. Depending on the dollar amount of the awarded contract, inapplicable clauses may be removed prior to award. FAR 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). FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). FAR 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). FAR 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014)(E.O. 13658). The following additional clauses/provisions are applicable to this requirement. They have the same full force and effects as if provided in full text. FAR 52.228-5 Insurance-Work on a Government Installation FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.237-2 Protection of Government building, equipment and vegetation FAR 52.252-2 Clauses Incorporated by Reference Compensation and Liability Insurance - IBWC (See Attachment) FAR provisions and clauses are available for review at http://www.farsite.hill.af.mil. Offerors shall register or update their registration in the SAM database. This registration is required to receive contract award and will facilitate payment. Offers are due for this combined synopsis/solicitation by 4:00 PM MST on Friday, September 12, 2015. Offers shall be emailed to sylvia.grindstaff@ibwc.gov. NO FAX QUOTES WILL BE ACCEPTED. Please include your DUNS number with your offer. For information regarding this RFP contact Sylvia Grindstaff (915) 832-4121 or email Sylvia.Grindstaff@ibwc.gov. END of combined synopsis/solicitation. Attachments: Performance Work Statement Wage Determination 05-2519 (Rev.-18) CLAUSE: Compensation and Liability Insurance-IBWC Maps and locations of Levees and Playas Playas Ledger
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/IBWC/IMD/ElPasoTX/IBM15-24/listing.html)
 
Place of Performance
Address: USIBWC Mercedes Field Office, 325 Golf Course Road, (Carlson Basin in Hidalgo, TX to end of Levee at Brownsville, TX and Playas south of Brownsville, Cameron County, Texas), Mercedes, Texas, 78570, United States
Zip Code: 78570
 
Record
SN03868200-W 20150904/150902235949-c3f5050f05eb2066e4f1625ff6c6e45a (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.