SOLICITATION NOTICE
F -- ULSG - Deadwooding / Tree Trimming
- Notice Date
- 2/14/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
- ZIP Code
- 00000
- Solicitation Number
- P17PS00565
- Response Due
- 2/23/2017
- Archive Date
- 3/10/2017
- Point of Contact
- Frank, Matthew
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: P17PS00565 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared 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 separate written solicitation will not be issued. (ii) This solicitation, P17PS00565, shall serve as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (Effective 13 JAN 2015) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm] (iv) This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The associated North American Industrial Classification Standard (NAICS) is 561730 - Landscaping Services, and the applicable small business size standard is $7.5 Million. A SBA Class Waiver is in effect for this NAICS; non-manufacturing entities may register under this NAICS. (v-vi) The work to be performed in accordance with the scope of work shall consist of removing deadwood 1 inch diameter and larger and raise all lower branches to a minimum of 10 feet from approximately 50 trees within 20 feet of walkway. In addition, a single oak tree requires pruning and a single pecan tree requires deadwooding and pruning. Further details can be found within the attached statement of work. The contractor shall provide all expertise, material, labor, tools, transportation, supplies, supervision, equipment, and incidentals for completing all work described in this scope of work and in accordance with all applicable codes, regulations, standards, and criteria. CLIN 0010 ¿ Deadwooding of Trees Along Walkway Labor Hours: Cost per Hour: Material/Equipment Costs: Quantity: 1Unit of Issue: AU CLIN 0020 ¿ Pruning of Oak Tree Labor Hours: Cost per Hour: Material/Equipment Costs: Quantity: 1Unit of Issue: AU CLIN 0030 ¿ Pruning and Deadwooding Pecan Tree Labor Hours: Cost per Hour: Material/Equipment Costs: Quantity: 1Unit of Issue: AU (vii) Period of Performance: 30 Days After Award Place of Performance:Ulysses S. Grant NHS 7400 Grant Road St. Louis, MO 63123 FOB: Destination (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, service description, quantity, unit of measure, unit price, total price, and period of performance. Quotes are required to be received NO LATER THAN 2:00 P.M. CST, 23 FEB 2017. Submit written offers ONLY. Oral offers will not be accepted. All quotes must be sent to the attention of Matt Frank via email to matthew_frank@nps.gov. 1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. 2. Additional costs outside of the categories identified in the CLIN structure shall be identified in the offerors quote. 3. Quotes shall be valid through 23 MAR 2017. 4. Please see attached documents for detailed description of requirement. 5. A formal site visit is not scheduled. Potential offerors are encouraged to visit Ulysses S. Grant NHS between 7:00AM and 3:00PM CT. Please send any questions or comments via email to both Matthew Frank with the subject: ULSG ¿ Tree Thinning (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) past performance, potential offerors shall provide three recent projects completed for federal, state, or local government entities. The last one is (ii) price. The lowest priced offer with acceptable past performance will be selected. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.acquisition.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. The following clauses/provisions also apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference/ 52.252-1 Solicitation Provisions Incorporated by Reference/ 52.252-6, Authorized Deviations in Clauses. This solicitation and resultant contract contains provisions and clauses that may be included by reference. You may view provisions or clauses incorporated by reference at this website: http://farsite.hill.af.mil The following provisions are included by reference: 52.223-5 Pollution Prevention and Right-to-Know Information The following provisions are included by full text: 52.203 ¬-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿ Representations (DEVIATION 2015-02) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113 ¬235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) The following clauses are included by reference: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.223-5 Pollution Prevention and Right-To-Know Information 52.237-2 Protection of Government Building, Equipment and Vegetation 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim The following clauses within 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires Employee ClassWage Grade / Hourly / Fringe Tree Climber 08340GS-2 / $11.84 / $4.29 52.222-50 Combat Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management The following clauses are incorporated by full text in the final award: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) 52.232-40 ¿ Providing Accelerated Payments to Small Business Subcontractors. (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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: None 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 CCR) 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 Clause) (xiii) All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. (xiv) (RESERVED) List of Attachments: 1. Statement of Work 2. Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00565/listing.html)
- Place of Performance
- Address: Ulysses S. Grant NHS 7400 Grant Roa St. Louis MO 63123 USA
- Zip Code: 63123
- Zip Code: 63123
- Record
- SN04401598-W 20170216/170214234316-f73b4c04619f2aa0d2741ed796651c0f (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 |