Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2017 FBO #5756
MODIFICATION

F -- Grade Control Structure Installation

Notice Date
8/25/2017
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R17PS01109
 
Archive Date
9/23/2017
 
Point of Contact
Nicholas Clements, Phone: (702) 293-8156
 
E-Mail Address
nclements@usbr.gov
(nclements@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment No. 0001 - the purpose of this amendment is to revise the technical submital instruction and technical evalutaion factors in there entirety. The quotation due date has been extended from 9/7/17 until 9/8/17. (i) 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. This announcement constitutes the only solicitation; quotations are being requested. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. R17PS01109) is being issued subsequent to this combined solicitation/synopsis. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-95. (iv) This requirement is set-aside to small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 561730 - Landscaping Services. The small business size standard for NAICS Code 561730 is $7.5 million. (v) The contract line item numbers (CLINS) are as follows: CLIN 0001 - Drainage Pre-Installation Assessment, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement. CLIN 0002 -- Drainage Post-Installation Assessment, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement. CLIN 0003 -- Installation of 65 Rock Grade Control Structures, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement. CLIN 0004 - Material - Rock, Certified Cultural Clearance, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement. CLIN 0005 -- Other Direct Cost, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement. CLIN 0006 -- Prepare Summary Report, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement. Note: Quoters shall furnish pricing for the above CLINS on the Attachment 2 - Contract Price Schedule provided attached to this RFQ. (vi) The Bureau of Reclamation (Reclamation) has a requirement for a contractor to complete a site specific plan and installation of sixty-five (65) rock grade control structures at the Heard Scout Pueblo in Phoenix, AZ as outlined in Attachment 1 - Performance Work Statement, for Reclamation to conduct hydrologic research on the effects of these rock grade control installations. Contractor shall provide all personnel, material, travel, housing, equipment, tools, permits, supplies, supervision, labor and transportation, and other items necessary to perform the services described in Attachment 1- Performance Work Statement. Reclamation anticipates awarding one firm-fixed price purchase order as a result of this RFQ. (vii) The installation of the rock grade controls structures shall occur 90 days after receipt of order; the Summary Report is due within 6 months after installation (See Section 5 of Attachment 1 - Performance Work Statement); for a total period of performance including Final Report is nine (9) months. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each quoter shall submit a quote in accordance with the instructions contained in this provision. (A) GENERAL QUOTATION INSTRUCTIONS (1) Quoter shall submit quotation for CLINS 0001 through 0006 and a completed copy of Attachment 2 - Contract Price Schedule. (2) Quoters shall submit a technical submittal and shall address the two (2) technical evaluation factors not related to price. To prepare the Technical Submittal for Reclamation, review the Technical Submittal Instructions of this provision and 52.212-02 - Evaluation of Commercial Items. Your Technical Submittal must address in detail all of the elements specified under Factor 1 - Technical Approach and Factor 2 - Experience. (3) Quotation shall conform 100% to all RFQ terms, conditions, provisions, clauses and requirements. (4) Submit the following information: Dun and Bradstreet Number Systems (DUNS): ______________ Contractor E-mail Address: ______________________________ (B) TECHNICAL SUBMITTAL INSTRUCTIONS Technical Approach and Experience Information Requested: (1) Technical Approach - Your technical approach shall include a narrative summary describing your working knowledge of GCS installations in ephemeral channels in the arid Sonoran Desert of Arizona and other ephemeral drainages in Arizona. Quoters shall address how they will accomplish the work specified in the Performance Work Statement (PWS). Quoters shall demonstrate a working knowledge of installation of Grade Control Structures (GCS) to mitigate land erosion, slow storm flows, and to reduce erosion and sediment transport. The quoters shall provide a project timeline, include the description of work and deliverables which meet the requirements described in the PWS. Quoters shall provide in their technical approach at minimum the following: • Working knowledge of ephemeral channel stream flow characteristics. • Working knowledge of mitigating land degradation using GCS installations. • Former federal, state, local government and private contracts for GCS installations. • The successful contractor will be evaluated based on a narrative summary describing their working knowledge of ephemeral channel conditions in • Number, size and type of GCS's required to slow storm flows and sediment transport and to mitigate land degradation; • Design details to mitigate erosion adjacent to the GCS installations; • Quantity and type of materials required for GCS installations. • Include a breakdown of un-priced labor hours estimated for each labor category proposed to accomplish each task or phase of the work and the basis for each estimate; (2) Experience - Provide at least three (3) prior Federal, state, local government and/or private projects for installation of GCS work similar and scope in nature to the services required identified in the PWS completed within the past 5 years. For experience quoter shall complete an Experience Form for each project (see attachment). (ix) Basis for award will be lowest price technically acceptable to the responsible quoter whose quote conforms to the RFQ. The following two (3) factors shall be used to evaluate quotes: Factor 1: Technical Factor 2: Experience Factor 3: Price (End of Provision) (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.204-14, Service Contract Reporting Requirements 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-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards (See attached Wage Determination) 52.222-42, Statement of Equivalent Rates for Federal Hires (This statement if for information only: Employee Class: Laborer: WD- WG-04; Monetary Wage - $11.05/HR.; Fringe Benefits - 19%, includes paid insurance premiums, retirement benefits, vacation pay, and sick leave pay) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustments 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 (xiii) Additional contract requirements include the following clauses and provisions: Provisions - - Addendum to 52.212-1, Instructions to Offeror - Commercial Items - This addendum replaces the term "offer" with "quote" within the provision at 52.212-1. -52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements -Presentations - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representative and Certification - 52.252-1, Solicitation Provisions Incorporated by Reference - 1452.215-71, Use and Disclosure of Proposal Information - Department of Interior - 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations - Bureau of Reclamation Clauses - Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items - - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - DOI-AAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) -1452.222-81, Employment Verification -1452.223-81, Safety and Health - Bureau of Reclamation -1452.242-80, Post Award Conference -Bureau of Reclamation -1452.228-70, Liability Insurance (xiv) Site visit is not being held. However, vendors may access the site: Please call (602)819-4649 and let Bob Ochoa know the approx. time. If the gate is open leave it open, if the gate is closed, close it behind you. The Heard Scout Pueblo is located at 1901 E. Dobbins Road, Phoenix, Arizona 85042 about 7.6 miles south from the Phoenix Sky Harbor International (PSHI) Airport. (xv) All questions shall be submitted via email to NClements@usbr.gov by no later than 12 PM local time on Thursday, August 30, 2017. No additional questions will be accepted after this date. Responses to any questions received will be provided via an amendment. Quotations shall be submitted via e-mail to NClements@usbr.gov by no later than 12 PM local time on Friday, September 8, 2017. Responsible vendors are requested to submit a quote for this requirement. (xvi) The Point of Contact for this solicitation is Mr. Nicholas Clements, Contract Officer. He may be reached via e-mail at NClements@usbr.gov, or by phone at 702-293-8156.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3cefad8f8cf33a8732a83a56c2e44642)
 
Place of Performance
Address: Heard Scout Pueblo, 1901 E. Dobbins Rd, Phoenix, Az 85042, Phoenix, Arizona, 85042, United States
Zip Code: 85042
 
Record
SN04647100-W 20170827/170825231410-3cefad8f8cf33a8732a83a56c2e44642 (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.