Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
MODIFICATION

F -- NATIVE GRASS AND FORB SEED INCREASE AND SUPPLY

Notice Date
11/14/2017
 
Notice Type
Modification/Amendment
 
NAICS
111998 — All Other Miscellaneous Crop Farming
 
Contracting Office
BLM OC NOC INFRASTR SEC (OC662) DENVER FEDERAL CENTER BLDG. 50 POB 25047 DENVER CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
L17PS00762
 
Response Due
11/17/2017
 
Archive Date
3/30/2018
 
Point of Contact
Blodgett, April
 
Small Business Set-Aside
N/A
 
Description
(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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is L17PS00762 and it is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95 dated 1/19/2017. (iv) This solicitation is issued under full and open competition and the associated NAICS code is 111998, All Other Miscellaneous Crop Farming, and the size standard is $750,000. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s): Line Item 00010 - Year One, Supplies/Services in accordance with the Statement of Work, (Attachment 1), and the Pricing Worksheet and Request Sheet for Seed Production, (Attachment 3), is provided to enter the prices for each species you wish to be considered for award. Line Item 00100 - Year Two, Supplies/Services in accordance with the Statement of Work, (Attachment 1), and the Pricing Worksheet and Request Sheet for Seed Production, (Attachment 3), is provided to enter the prices for each species you priced in Year One. Line Item 00200 - Year Three, Supplies/Services in accordance with the Statement of Work, (Attachment 1), and the Pricing Worksheet and Request Sheet for Seed Production, (Attachment 3), is provided to enter the prices for each species you priced in Years One and Two. Line Item 00300 - Year Four, Supplies/Services in accordance with the Statement of Work, (Attachment 1), and the Pricing Worksheet and Request Sheet for Seed Production, (Attachment 3), is provided to enter the prices for each species you priced in Years One, Two and Three. Line Item 00400 - Year Five, Supplies/Services in accordance with the Statement of Work, (Attachment 1), the Pricing Worksheet and Request Sheet for Seed Production, (Attachment 3), is provided to enter the prices for each species you priced in Years One, Two, Three and Four. The Indefinite Delivery Indefinite Quantity (IDIQ) contract will be issued as a five year multiple award firm fixed price contract. The offeror shall submit five Pricing Worksheets for each of the five years and complete the last seven columns of the spreadsheet. Formulas are built into the spreadsheet to calculate the total seed price in addition to Identifying the seed price per bulk pound and costs; SI seed collection, annual plot production and field maintenance, nursery plug production and transplant costs. (vi) Please refer to the Statement of Work (Attachment 1), Pricing Worksheet and Request Sheet for Seed Production (Attachment 3), Grass and Form Recommended Sowing Rate and Average Yield (Attachment 4), Seed Analysis Request Form (Attachment 5), PVG Germplasm Certification Standards (Attachment 6), Grass Seed Certification Requirements and Standards (Attachment 7), Seed Certification Agency Contacts (Attachment 8), and Seed Collection Requirements (Attachment 9). (vii) The place of performance is at the contractors location. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The addenda to paragraph (c) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. The respondent shall submit their electronic offer through the Electronic Response feature associated with this solicitation by using FedConnect.net. This website is also linked through the Federal Business Opportunities website: www.fbo.gov. There is no charge for using FedConnect and registration is free. Instructions on submitting an offer utilizing the website can be found of the user guide located at: https://www.fedconnect.net/FedConnect/Default.htm. If FedConnect.net is not available at the time of submission of offers, the offeror may submit their offer to April Blodgett, ablodgett@blm.gov. A confirmation email will be returned if submitting by email. Proposal submissions that do not adhere to these guidelines will be determined non-responsive to the solicitation and may be disqualified from competition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and 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 in descending order of importance; technical capability/approach, past performance and personnel qualifications and experience, when combined, is significantly more important than price. (a) 1.Technical Approach/Capabilities will be evaluated by: How well the offeror's proposal outlines a typical crop management plan on the farm for a native grass field and a native forb field for seed production, including demonstrating the offeror's typical agronomic practices for each species and demonstrates a clear understanding of the nature and detail of the work identified in the statement of work. How well the proposal demonstrates a sowing plan which shall include crop rotation, crop layout and mapping, sowing time, species locations (edge buffers, isolation), and soil/crop considerations. How well the proposal demonstrates the approach to field preparation including weed prevention, fumigation or other treatments, and fertilization. How well the proposal demonstrates capability or experience with preparation of seed and sowing; such as seed preparation; calculation determining seed quantity, sowing rate and acreage to ordering requirements, including row spacing and drill rates. How well the proposal demonstrates a plan to maintain the fields, including recognizing, preventing, and controlling weeds, diseases, insects, and nutritional problems; plan for watering; fertilization. How well the proposal addresses the methods used for harvesting seed, determining seed ripeness, cleaning and testing seed, packaging, storage and shipment of seed. How well the proposal demonstrates the ability meet seed and field certification requirements and ability to maintain isolation distances of multiple lots of the same species. 2.Past Performance will be evaluated by: The Government evaluation team will conduct an in-depth review and evaluation of all past performance data obtained, including information obtained from the Past Performance Information Retrieval System (PPIRS) to determine how closely the work performed under these efforts relates to the proposed effort and the ratings reported. Provide your recent and relevant contracts that support past and present performance in the past three years or provide three references who can confirm your past performance. To verify performance input, the offer(s) must provide points of contact, phone numbers and other information relevant to projects completed and/or in process in the three years preceding the date of this solicitation. Failure to fully comply with the preceding may result in the proposal being rejected from further consideration. For each relevant contract or reference, the offeror is requested to provide: a.Agency/company and contact point b.Period of Performance c.Dollar value of contract d.Contract number and type of work e.A description of the project, relevancy to the current project, and schedule of compliance will be reviewed. For those contracts with less than positive performance, a description of the problems and efforts made to correct and prevent future occurrences will be reviewed. The rating on past performance will include the following elements: a.Quality of past workmanship and services: Demonstrated ability to meet the contract specifications and conformance to standards of good workmanship. If possible, related projects should be used. b.Customer satisfaction: Any evaluation from a past customer or achievement of a specified goal under past projects should be included. c.Timeliness/Responsiveness of Performance: Compliance with schedules on past projects, reliability and responsiveness to customer. d.Business Relations and Performance Statement: Effectiveness of management working relations and cooperative behavior (i.e. relationships and cooperation with customers, identification and resolution of problems and concerns of customers interests. In the case of a Respondent without a record of relevant past performance or for whom information on past performance is not available, the Respondent will not be evaluated either favorably or unfavorably on past performance. Offerors lacking past performance will receive a neutral rating. 3.Personnel Qualifications and Experience will be evaluated by: How well the proposal describes the qualifications and experience of the farm manager, and farm personnel and describe the individual's roles and responsibilities; including educational experience, past work experience applicable to native grass and forb seed crop production or other certified seed crops. If the crop production is subcontracted, the proposal shall describe the subcontractor farm manager and personnel as described above. 4.Price The award of this requirement shall be made using the policies in the Federal Acquisition Regulations (FAR) Part 12, Acquisition of Commercial Items, in conjunction with the policies and procedures for solicitation, evaluation, and award prescribed in Part 15, Contracting by Negotiation, as appropriate for this acquisition. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (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, applies to this acquisition. The following clauses under subparagraph (b) apply: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X _ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (8) 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _X__ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). _X _ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X__ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). _X__ (iii) Alternate II (Nov 2016) of 52.219-9. 2017 Small Business Goals are as follows: *DOI**BLM Total Small Business53.3%61.9% SDB (includes 8(a)5.0%18.3% SDVOSB3.0%4.2% WOSB5.0%11.2% HUBZone3.0%2.3% *Department of Interior (DOI) **Bureau of Land Management _X__ (20) 52.219-16, Liquidated Damages ¿Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). _X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. _X__ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). _X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (57) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). _X__ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor ¿s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause ¿ (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (xiii) The clauses followed by provisions are provided in Attachment 2, and are also applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) All proposals shall arrive by the closing date for the receipt of proposals by September 30, 2017, 5:00 p.m. EST. (xvi) Questions relating to this Solicitation shall be presented by e-mail to ablodgett@blm.gov not later than 5:00 p.m. EST on September 15, 2017. Questions should be worded so as to avoid disclosing bid strategies or proprietary solutions. The Government will evaluate the questions, and if needed, an Amendment will be issued with the questions received and their associated answers. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L17PS00762/listing.html)
 
Record
SN04739230-W 20171116/171114230834-cb99cd3d704f63ce9a56ab7519835a1d (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.