Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
MODIFICATION

S -- Grounds Maintenance at Rancho del Cielo & Tucson M

Notice Date
8/30/2017
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R17PS00324
 
Response Due
8/30/2017
 
Archive Date
9/14/2017
 
Point of Contact
Schilke, Jennalyn
 
Small Business Set-Aside
N/A
 
Description
CANCELLED R17PS00324 - Wildlife and Plant Management at Rancho del Cielo and Tucson Mitigation Corridor Combined Synopsis/Solicitation Amendment 4, 08/30/2017 - The purpose of this amendment is to cancel the solicitation. Amendment 3, 08/23/2017 - The purpose of this amendment is to extended the quote due date. Amendment 2, 08/17/2017 - The purpose of this amendment is to provide the Questions and Answers document. Amendment 1, 08/10/2017 - The purpose of this amendment is to provide Exhibits A and B, as referenced in Attachment 1 - PWS. (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; quotes are being requested and a written solicitation will not be issued, except to facilitate the submission of electronic quotes through FedBizOpps. (ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. R17PS00324) 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 unrestricted. 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) Line items - See Attachment 3 - Price Schedule. - Lines 1-5, Wildlife and Plant Management at Rancho del Cielo (RDC) Reclamation Property, Base Year, plus 4 Optional Years. - Lines 6-10, Major Repairs at RDC (Price shall include all labor and materials to make repairs), Base Year, plus 4 Optional Years. - Lines 11-15, Wildlife and Plant Management at Tucson Mitigation Corridor (TMC) Reclamation Property, Base Year, plus 4 Optional Years. - Lines 16-20, Major Repairs at TMC (Price shall include all labor and materials to make repairs), Base Year, plus 4 Optional Years. The Performance Work Statement provides more detailed information about the requirement and is attached to the RFQ. (All attachments may be found at www.fedconnect.net, by searching for the solicitation number, under the reference number search criteria, under ""Search Public Opportunities Only".) (vi) The Bureau of Reclamation has a requirement for a contractor to perform wildlife and plant management tasks at the Rancho del Cielo and Tucson Mitigation Corridor Reclamation Properties. Please see the Performance Work Statement, as it provides more detailed information about the requirement and is attached to the RFQ. (vii) Work shall begin on or about September 2017 and go through about September 2022, if all optional years are exercised. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR provision 52.212-2, Evaluation - Commercial Items The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the offeror to meet the Government requirement; (ii) price; and (iii) past performance (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 52.212-03, 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 AWARDS (OCT 2016) 52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUNE 2003) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEPT 2016) 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008) 52.232-29, TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.222-41, SERVICE CONTRACT LABOR STANDARDS (MAY 2014)//WAGE DETERMINATION NO. 2015-5473, REVISION NO. 03, DATE OF REVISION 08/032017 (SEE ATTACHMENT 2 - WAGE DETERMINATION).// 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014)//THIS STATEMENT IS FOR INFORMATION ONLY: EMPLOYEE CLASS: RECREATION AND TRAILS TECHNICIAN; GS 0462-04; MONETARY WAGE - $14.07/HR; FRINGE BENEFITS - 19%, INCLUDES PAID HEALTH INSURANCE PREMIUMS, RETIREMENT BENEFITS, VACATION PAY, AND SICK LEAVE PAY.// 52.222-43, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (MAY 2014) 52.222-44, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MAY 2014) 52.222-55, MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (MAR 2016) 52.222-62, PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (xiii) Additional contract requirements include the following clauses and provisions: 52.252-2, CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES - (APR 1984) 52.217-8, OPTION TO EXTEND SERVICES - (NOV 1999) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT - (MAR 2000) 52.232-40, PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS - (DEC 2013) 52.223-2, AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS - (SEP 2013) 52.242-15, STOP-WORK ORDER - (AUG 1989) DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) - (APR 2013) 1452.201-70, AUTHORITIES AND DELEGATIONS - (SEP 2011) WBR 1452.222-81, EMPLOYMENT VERIFICATION--BUREAU OF RECLAMATION WBR 1452.237-80, SECURITY REQUIREMENTS--BUREAU OF RECLAMATION - (FEB 2017) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE - (FEB 1998) 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS - (APR 1984) 1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR - (APR 1984) 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015) WBR 1452.222-80, NOTICE OF APPLICABILITY-COOPERATION WITH AUTHORITIES AND REMEDIES - CHILD LABOR--BUREAU OF RECLAMATION - (JAN 2004) WBR 1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION - (MAY 2005) 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS - REPRESENTATION - (JAN 2017) (xiv) Not Applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than Wednesday, August 16, 2017. Offers are due Thursday, August 31, 2017 by 4:00 P.M., local time. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to jschilke@usbr.gov or through FedBizOpps/FedConnect. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb151cab7c5bb51fc0fc6f213e20d123)
 
Record
SN04653312-W 20170901/170830231500-cb151cab7c5bb51fc0fc6f213e20d123 (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.