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, 2017 FBO #5651
SOLICITATION NOTICE

F -- Spraying of Noxious Weeds - Attachment 1 Sample Task Order - Synopsis /Solicitaion - Buy Terms Provisions and Clauses - Sample MAP - Wage Determination - PWS - PRS

Notice Date
5/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-17-Q-0061a
 
Archive Date
6/3/2017
 
Point of Contact
Selvena Carter, Phone: 7852394616
 
E-Mail Address
selvena.b.carter.civ@mail.mil
(selvena.b.carter.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Requirement Summary Performance Work Statement DOL Wage Determination Sample Map for Call Buy Terms 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 and competed IAW FAR PART 13, Simplified Acquisition procedures. This announcement constitutes the only solicitation. Sample Call for BPA SUMMARY: Fort Riley Spraying of Noxious and Invasive Weeds BPA Combined Synopsis/Solicitation 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 and competed IAW FAR PART 13, Simplified Acquisition procedures. This announcement constitutes the only solicitation. The Solicitation Number for this Request for Quotation is W911RX-17-Q-0061. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The North American Industry Classification Code (NAICS) 561731 Landscaping Services. The Small Business Size Standard is 7.5M Dollars. This office is soliciting this requirement as a Total Small Business Set-Aside. This solicitation shall close on 19 May 2017, 2:00 p.m. Central Time and interested Contractor's Responses, Acknowledgement of Understanding of BPA Terms and Conditions (Attachment 3), FAR Provision 52.212-3, and company contact information) received after this time may not be considered. All questions and responses are to be sent to the Contract Specialist, Selvena B Carter at selvena.b.carter.civ@mail.mil or phone number 785.239.4616. PURPOSE The purpose of developing a Blanket Purchase Agreement (BPA) is to provide the U.S. Government with multiple sources for Noxious and Invasive Spraying, as prescribed in the Statement of Work (SOW) within a 3 day timeframe as required to support future requirements. Noxious and Invasive Weeds will be listed and quoted individually on the approved call, if and/or when requested by an authorized caller, or the Contracting Officer during the effective period. For additional information, review BPA Buy Terms and Conditions (Attachment 3) and SOW. In responding to this notice, the Contractor shall provide the following: 1. Company information to include name, physical address, phone number, and email address, and company representative point of contact. 2. Completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items which includes your DUNS number, cage code, and a statement regarding your current business status (small/large), if a small business identify whether or not your classification includes a specific classification. (i.e. Certified 8(a), Service-Disabled Veteran-Owned (SDVOSB), or certified HubZone). 3. Verification of Terrain Vehicle (ATV) and sprayer or Utility Vehicle (UTV) and sprayer, but may also require a small, hand sprayer to reach areas impassable to an ATV/UTV. 4. Acknowledgement of Understanding of the attached BPA Buy Terms and Conditions (Attachment 3). Print, Sign, and Date in the spaces provided on page 6. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Respondents should not submit any proprietary information when responding to this notice. Respondents should also note that the Government will not return any information submitted in response to this notice. The Government intends to enter into this BPA with multiple Contractors. Upon establishment of this BPA, each Call will be competed amongst all Blanket Purchase Agreement holders. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. Contractor shall submit the required information to Selvena B. Carter, Contract Specialist selvena.b.carter.civ@mail.mil 785-239-4616. Contractors are required to acknowledge any amendments via printed name, signature and date to this combined synopsis solicitation. CONTRACTOR ELIGIBILITY FOR AWARD To be eligible for an award, contractor must be registered in the System For Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov/portal/public/SAM/. If a contractor submits a response to this solicitation, but does not have a valid SAM Account at time of response review (immediately following the closing of the solicitation), the response will be rejected and not evaluated. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/index.xhtml. ATTACHMENTS Performance Work Statement Sample task Order (Attachment 1) Sample Task Order Map (Attachment 2) BPA Buy Terms and Conditions (Attachment 3) Performance Requirement Summary (Attachment 4) Wage Determination ( Attachment 5) BPA PROVISIONS AND CLAUSES Please review the complete Solicitation and attachments. provisions and clauses. Fort Riley Spraying of Noxious and Invasive Weeds BPA Combined Synopsis/Solicitation FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this BPA and subsequent Calls and may be viewed at http://farsite.hill.af.mil/%20#FARSite or www.acquisition.gov/far/. POC Contracting Office Address: MICC Riley, Attn: Selvena Carter 1792 12th Street, Fort Riley, KS 66442 PHONE: 785-240-4616 // FAX: 785-239-5740/selvena.b.carter.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e56fef073f9aa51ada285d41ee4f25e5)
 
Place of Performance
Address: Fort Riley, FT Riley, Kansas, 66502, United States
Zip Code: 66502
 
Record
SN04507056-W 20170514/170512235138-e56fef073f9aa51ada285d41ee4f25e5 (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.