Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOLICITATION NOTICE

S -- Landscaping - Western Area - Solicitation - Western Area

Notice Date
1/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
United States Postal Service, Facilities Portfolio, Facility Services CMC, 6 Griffin Road North, Windsor, Connecticut, 06006-7002, United States
 
ZIP Code
06006-7002
 
Solicitation Number
4BD-17-A-0002
 
Archive Date
3/14/2017
 
Point of Contact
James A. Tactac, Phone: 3037431383, Cheryl Faile, Phone: 3037431240
 
E-Mail Address
james.a.tactac@usps.gov, cheryl.l.faile@usps.gov
(james.a.tactac@usps.gov, cheryl.l.faile@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment D - Past Performance Attachment B10 - Facility Information - Nevada-Sierra District Attachment B9 - Facility Information - Salt Lake City District Attachment B8 - Facility Information - Central Plains District Attachment B7 - Facility Information - Portland District Attachment B6 - Facility Information - Dakotas District Attachment B5 - Facility Information - Mid-America District Attachment B4 - Facility Information - Seattle District Attachment B3 - Facility Information - Arizona District Attachment B2 - Facility Information - CO/WY District Attachment B1 - Facility Information - Northland District Attachment A - SOW - Western Area Solicitation - Western Area The United States Postal Service, Facilities Services CMC, 3300 S Parker Rd., Aurora, CO 80014, UNITED STATES The Facilities Services CMC of the United States Postal Service is soliciting proposals for Landscaping Services for the USPS Western Area. This is a combined synopsis/solicitation for commercial services. One or more awards will be made from this solicitation. The award will be made under Firm-Fixed Price. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this effort is 4BD-17-A-0002. This requirement is issued as a Request for Proposal (RFP). The North American Classification System (NAICS) Code is 561730, Landscaping Services, and the Size Standard is $7.5 million. The period of performance will be a base period of 12 months and four 12-month options. The seasonal performance will be for 7 months (April - October). A best value tradeoff analysis process will be conducted. Proposals will be evaluated under two primary factors: 1) Supplier Capability and 2) Past Performance. The factors listed are equal in terms of importance. The final selection will be made using the qualitative factors and price as the tradeoff factors for offers ultimately determined to be technically acceptable for all factors evaluated. An offeror rated overall as unacceptable (including unacceptable but capable of being made acceptable) shall not be eligible for award. The following evaluation factors will be used to evaluate offers Factor 1: SUPPLIER CAPABILITY (Limited to 10 pages): The offeror will be evaluated on its demonstrated ability to meet the SOW requirements timely when its subcontractor fails to perform. The offeror will demonstrate a clear ability to quickly adapt to a variety of circumstances that could disrupt services being provided, ranging from slight to severe. Please provide a detailed equipment list and number of personnel that will perform under this requirement. Factor 2: PAST PERFORMANCE. The offeror will be evaluated on the depth, breadth and quality of same or similar services performed within the three years immediately preceding the submission of the proposal. The offeror shall prepare and submit the chart clearly identifying all relevant (in terms of scope of work and value) contracts for the same or similar services performed in the last three years prior to submission of proposal. The chart shall conform to and provide all the information as shown in the RFP. Oferors are advised that the following Provisions and Clauses are applicable to this procurement: Provision 4-2 Representations and Certifications - All offerors must include a completed copy of the provision 4-2 with their offer Clause 4-1 General Terms and Conditions Clause 4-2 Contract Terms and Conditions Required to Implement Policies, Statutes or Executive Orders All attachments associated with this requirement are provided as stated below: Attachment A - Statement of Work Attachment B - Facility Information and Schedule for Pricing Attachment C - Wage Determination to be provided via amendment. Attachment D - Past Performance Chart Proposals are due by February 27, 2017 at 2:00 pm MT via email to. Cheryl.l.faile@usps.gov and Bernice.brown@usps.gov. Written questions will be accepted until January 31, 2017. The written questions should be emailed to James.a.tactac@usps.gov and Cheryl.l.faile@usps.gov. Point of Contact is Cheryl L. Faile, Purchasing & Supply Management Specialist, Phone 303-743-1240. Bernice Brown, Contracting Officer, Phone 303-743-1214.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/77630177261b0e6dd67fdfe5583e505b)
 
Place of Performance
Address: Multple, United States
 
Record
SN04377698-W 20170125/170123234126-77630177261b0e6dd67fdfe5583e505b (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.