Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2016 FBO #5286
SOLICITATION NOTICE

S -- OPERATE WASTE WATER TREATMENT FACILITY

Notice Date
5/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
NPS, NER SERVICES MABO Boston National Historical Park Charlestown Navy Yard Building I-1 Boston MA 02129-4543 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01209
 
Response Due
5/27/2016
 
Archive Date
6/11/2016
 
Point of Contact
Mckenzie, Diane
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation Number is P16PS01209 and is issued as a Request for Quotation (RFQ) under Federal Acquisition Regulation (FAR) Part 12. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87-2. The FAC is available at https://www.acquisition.gov/FAR. This is solicited as a Set-Aside for Small Business Concerns (Total Small Business Set-Aside) under NAICS code 221320, Sewage Treatment Facilities with a U. S. Small Business Administration size standard of $20.5 million. The U. S. Department of Labor Service Contract Act Wage Determination, Decision No. 15-2451 (Rev. 2) dated 12/29/2015 (Attachment Number 3) is applicable to this combined synopsis/solicitation. A current Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/ (formally CCR and ORCA). An offeror must ensure that they are self-certified under NAICS Code 221320 in the Representations and Certifications portion of SAM. Submit quote on SF 1449 and Quote Schedule (Attachment 2). QUOTES SHALL BE SUBMITTED ELECTRONICALLY TO BETH FAUDREE at beth_faudree@contractor.nps.gov AND ARE DUE ON FRIDAY, MAY 27, 2016 AT 2:00 PM LOCAL PREVAILING TIME. For information regarding this combined synopsis/solicitation, contact Beth Faudree at beth_faudree@contractor.nps.gov. Additional attachments: Statement of Work (Attachment 1); C1.7 Sewage Treatment Site Plan (Attachment 4); C3.7 Treatment System Schematic Layout (Attachment 5); and Package Plant Owner ¿s Manual (Attachment 6). The Government anticipates awarding a Firm-Fixed-Price (FFP) contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government considering PRICE only. Place of Performance: Flight 93 National Memorial, Stoystown, PA. Line Item Number 00010: Six Month Period of Performance is estimated at 07/01/2016 to 12/31/2016. Contractor shall Operate Waste Water Treatment Facilities in accordance with the Statement of Work (Attachment 1), Quote Schedule (Attachment 2), the Service Contract Act Wage Determination (Attachment 3), C1.7 Sewage Treatment Site Plan (Attachment 4), C3.7 Treatment System Schematic Layout (Attachment 5), and Package Plant Owner ¿s Manual (Attachment 6). Line Item Number 00020: Option Period One: Three Month Period of Performance is estimated at 01/01/2017 ¿ 03/31/2017. Contractor shall Operate Waste Water Treatment Facilities in accordance with the Statement of Work (Attachment 1), Quote Schedule (Attachment 2), the Service Contract Act Wage Determination (Attachment 3), C1.7 Sewage Treatment Site Plan (Attachment 4), C3.7 Treatment System Schematic Layout (Attachment 5), and Package Plant Owner ¿s Manual (Attachment 6). Line Item Number 00030: Option Period Two: Three Month Period of Performance is estimated at 04/01/2017 ¿ 06/30/2017. Contractor shall Operate Waste Water Treatment Facilities in accordance with the Statement of Work (Attachment 1), Quote Schedule (Attachment 2), the Service Contract Act Wage Determination (Attachment 3), C1.7 Sewage Treatment Site Plan (Attachment 4), C3.7 Treatment System Schematic Layout (Attachment 5), and Package Plant Owner ¿s Manual (Attachment 6). Line Item Number 00040: Option Period Three: Three Month Period of Performance is estimated at 07/01/2017 ¿ 09/30/2017. Contractor shall Operate Waste Water Treatment Facilities in accordance with the Statement of Work (Attachment 1), Quote Schedule (Attachment 2), the Service Contract Act Wage Determination (Attachment 3), C1.7 Sewage Treatment Site Plan (Attachment 4), C3.7 Treatment System Schematic Layout (Attachment 5), and Package Plant Owner ¿s Manual (Attachment 6). Line Item Number 00050: Option Period Four: Three Month Period of Performance is estimated at 10/01/2017 ¿ 12/31/2017. Contractor shall Operate Waste Water Treatment Facilities in accordance with the Statement of Work (Attachment 1), Quote Schedule (Attachment 2), the Service Contract Act Wage Determination (Attachment 3), C1.7 Sewage Treatment Site Plan (Attachment 4), C3.7 Treatment System Schematic Layout (Attachment 5), and Package Plant Owner ¿s Manual (Attachment 6). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 52.212-2 Evaluation - Commercial Items (Oct 2014) (a) 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, considering Price only. The following factors shall be used to evaluate offers: Price only. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quote. Offerors shall include a completed copy of the provisions at 52.219-1, Small Business Program Representations; 52.222-22, Previous Contracts and Compliance Reports; and 52.222-25, Affirmative Action Compliance with their quote. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses are cited: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-17, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.223-18, 52.225-13, 52.232-33, 52.233-3, and 52.233-4. The following clauses apply to this acquisition: 52.204-13, 52.204-18, 52.204-19, 52.223-5, 52.227-1, 52.228-5, 52.232-39, 52.232-40, 52.233-1 Alt I, 52.237-2, and 52.242-17. The following provisions apply to this acquisition: 52.204-7, 52.204-16, 52.204-17, 52.209-2, 52.209-11, 52.217-5, and 52.225-25. 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm Fixed Price (FFP) contract resulting from this solicitation. (End of provision) 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 30 calendar days of the Period of Performance end date. (End of clause) 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 15 calendar days of award; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar 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 18 months. (End of clause) 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: Utilities Systems Operator WG-5406-09 Monetary Wage - Fringe Benefits: $26.92/hour + $9.42/hour benefits = $36.34/hour (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm. For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of provision) 52.252-2 Clauses Incorporated by Reference. (FEB 1998) 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): For Federal Acquisition Regulation (FAR) Clauses and Provisions (those starting with "52.") see http://farsite.hill.af.mil/vffara.htm.For Department of the Interior Acquisition Regulation System (DIARS) Clauses and Provisions (those starting with "14") see http://farsite.hill.af.mil/vfdiara.htm. (End of clause) 52.252-5 Authorized Deviations in Provisions. (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of the Interior (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 Authorized Deviations in Clauses. (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of the Interior (48 CFR 14) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 1452.228-70 Liability Insurance (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: 1. Workman's Compensation and Employer Liability Insurance: Compliance with applicable Federal and State Worker's Compensation and Occupational Disease Statutes shall be required. Employer liability coverage in the minimum amount of: $100,000. 2. General/Professional Liability Insurance: Bodily injury liability insurance minimum amount of $1,000,000 per occurrence. 3. Automobile Liability Insurance: This insurance shall be required on the comprehensive form of the policy and shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. The minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage shall be required. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (End of clause) 1452.211-71 Contract Work Hours (NOV 2007) The performance period established for this contract is based upon all work being conducted during regular working hours. Regular working hours are limited to the time between 7:00 AM - 5:00 PM local prevailing time, Monday through Friday, excluding Government holidays. If the Contractor desires to carry on work outside regular hours, including Saturdays, Sundays, and Government holidays, a request must be submitted to the Contracting Officer Representative in sufficient time to allow satisfactory arrangements to be made by the Government for access to the work site and inspection. Due to the type of work required under the resulting contract, the Site is accessible to the contractor 24 hours a day/7 days a week. (End of clause) 1452.211-70 Term Of Contract (NOV 2007) The term of the basic and contract option periods are as follows: Contract Periods, Start Date, Completion Date. Basic Contract Period of Six Months estimated from 07/01/2016 12/31/2016; Option Period One of Three Months estimated from 01/01/2017 03/31/2017; Option Period Two of Three Months estimated from 04/01/2017 06/30/2017; Option Period Three of Three Months estimated from 07/01/2017 09/30/2017; Option Period Four of Three Months estimated from 10/01/2017 12/31/2017. The total duration of this contract, including the exercise of any options shall not exceed eighteen (18) months. If the contract includes FAR 52.217-08, Option to Extend Services, the total duration of this contract, if that clause is invoked, is twenty-four (24) months. (End of clause) 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) 1452.237-71 Key Personnel NOV 2007 KEY PERSONNEL (NOV 2007) (a) The following personnel are considered essential to the work being performed hereunder: Position/Function Name: Waste Water Treatment Plant Operator (Class D, Sub-class 1) (b) The Contractor must notify the Contracting Officer prior to any changes in key personnel. The Contractor must provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes must possess qualifications comparable to the original key person, as well as satisfying any minimum standards set forth elsewhere in the solicitation/contract. The Contracting Officer will advise the Contractor as to the acceptability of the proposed substitutes within 15 calendar days after receipt of all required information of the decision on substitutions. The list of key personnel may be modified from time to time during the course of the contract, by mutual agreement of the parties. (c) If the services performed by key personnel do not conform to contract requirements or jeopardize successful performance of the contract, the Government may require the Contractor to remove the individual within five working days. DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Upload Invoice on company letterhead. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Template) CONTRACTOR PERFORMANCE INFORMATION (DIAPR) 2010-14, Amendment 1 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (JULY 2010) (a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) We request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of a performance period, the Contracting Officer will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. (3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (End of notice)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01209/listing.html)
 
Record
SN04115414-W 20160514/160512234922-49335c6d06b68f6e7df59b5c89f5a11a (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.