Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SPECIAL NOTICE

F -- Remove Hazardous Trees at Homestead National Monument

Notice Date
6/27/2017
 
Notice Type
Special Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NPS, MWR - MWRO MABO 601 Riverfront Drive Omaha NE 68102 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01766
 
Point of Contact
Parizek, Bridget
 
E-Mail Address
Bridget_Parizek@nps.gov
(Bridget_Parizek@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation P17PS01766 HOME - Remove Hazardous Trees (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 written solicitation will not be issued. (ii) This solicitation, P17PS01766, is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 01/13/2017. (iv) This solicitation is being issued as a Total Small Business set-aside. The associated NAICS Code is 561730, Landscaping Services. The Small Business Size Standard is $7.5 M. (v) This combined synopsis/solicitation is for the following commercial items/services: LINE ITEMDESCRIPTIONQUANTITYUNIT 0010Removal of Hazardous Trees1LS (vi) Description of requirements as follows: The contractor shall remove trees and branches that pose a threat to buildings, roadways, trails, the west boundary fence, and the picnic area. Pruning is to be done in accordance with best management practices in accordance with the statement of work. (vii) Place of Performance: Homestead National Monument of America 8523 West State Highway 4 Beatrice, NE 68310 (viii) FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. Best value will be determined by using a trade-off process as listed in FAR 15.101. In determining best value, the following factors will be considered: (1) Past Performance and (2) Proposed Schedule. The factors are listed in descending order of importance. When combined, the past performance and proposed schedule factor are more important than price. Factor 1: Past Performance - the Government considers this criterion technically acceptable when the offeror has submitted no less than two references of similar size and scope and the Government is able to verify a minimum of three years of positive performance on behalf of the offeror. Factor 2: Proposed Schedule - to be considered responsive, offerors shall provide a detailed project schedule based on the required 60 calendar day period of performance. (ix) The Government will award a purchase order resulting from this solicitation to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. (xi) The clause FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses under subparagraph (b) apply: (1), (14), (22), (25), (26), (27), (28), (29), (30), (32), (33), (40), (41), (44), and (50) The following clauses under subparagraph (c) apply: (1), (2), (3), (5), and (8) (xiii) Additional contract requirements: 52.204-7 System for Award Management. (OCT 2016) 52.204-13 System for Award Management Maintenance. (OCT 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2017) - DEVIATION FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) 1452.228-70 Liability Insurance - Department of the Interior (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: $100,000.00 for each person $50,000.00 for each occurrence $500,000.00 for property damage (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) Electronic Invoicing and Payment Requirements - Invoicing 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: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor ¿s Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. 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) prior to the contract award date, but no more than 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 Local Clause) AUTHORITIES AND DELEGATIONS (SEPT 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 local clause) (xiv) The Government intends to award a Firm Fixed Price order resulting from this solicitation. (xv) Quotes are due electronically to Bridget Parizek at Bridget_Parizek@nps.gov by July 11, 2017 at 2:00PM CT. (xvi) For administrative matters, contact Contract Specialist Bridget Parizek at Bridget_Parizek@nps.gov or 402-661-1896. LIST OF ATTACHMENTS: Attachment 1 - Scope of Work, 4 pages Attachment 2 - SCA Rates, 13 Pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01766/listing.html)
 
Record
SN04558863-W 20170629/170627235024-e7aca5e93e0be86e168952b13f545ae6 (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.