Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOLICITATION NOTICE

S -- IGF::OT::IGF, SERVICE, PURCHASE ANNUAL LAWN SERVIC

Notice Date
11/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NPS, SER - South MABO 40001 SR 9336 Homestead FL 33034 US
 
ZIP Code
00000
 
Solicitation Number
140P5418R0002
 
Response Due
12/11/2017
 
Archive Date
12/26/2017
 
Point of Contact
Williams, Chad
 
Small Business Set-Aside
Total Small Business
 
Description
IGF::OT::IGF, SERVICE, PURCHASE ANNUAL LAWN SERVICE CONTRACT FOR KEY LARGO WITH OPTION YEARS Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 140P5418R0002 Posted Date: 27 Nov 17 Original Response Date: 11 Dec 17 Current Response Date: 11 Dec 17 Product or Service Code: S208 (Housekeeping- Landscaping/ Groundskeeping Set Aside: Total Small Business NAICS Code: 561730 (Landscaping Services) Contracting Office Address NPS, SER - South MABO 40001 State Road 9336 Homestead, Fl 33034 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, ¿Streamlined Procedures for Evaluation and Solicitation for Commercial Items, ¿ as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This acquisition is being conducted under the authority of FAR 13.5, Simplified Procedures for Certain Commercial Items and will be evaluated using the procedures in FAR 13.106-2, Evaluation of Quotations or Offers. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $7.5M. The South Major Acquisition Buying Office (MABO), 40001 State Road 9336, Homestead, FL 33034 is seeking pricing for The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to trim and/or remove hazardous trees and all related incidental work as defined in this PWS. Any items not specifically noted, but necessary for performance in accordance with accepted industry standards, shall be furnished under this Contract. The contractor shall perform to the standards in this contract. Hazardous trees are located throughout the park and cannot be specified in one particular area. Contractor will perform complete tree removal of dead, dying, uprooting or unhealthy trees. Healthy trees with widow maker(s) will only require widow maker removal. The vast majority of the work will be performed in the ¿Town Site ¿ and Park Trails (see map) with a few exceptions, which will be identified. Most, if not all of the work can be performed from an aerial lift or from the ground. Contractor is encouraged to operate under a hazardous tree service license or have a certified arborist ¿s on staff. Assign competent climbing crews familiar with standard safety practices in accordance with accepted industry standards and familiar with the technical aspects and hazards of tree maintenance work and equipment used in such operations. The awardee shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the critical areas identified in this statement of work. The government will periodically evaluate the contractor ¿s performance in accordance with the statement of work. Attendance of this site inspection is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted. The period of performance for the base year is December 14, 2017 through December 13, 2018. Performance The contractor shall perform under line item 0010, 0020, and 0030 for Everglades at the location specified below. Place of Performance, Map/ Photos included in Solicitation posting. Award shall be made to the quoter whose quotation offers the best value to the Government per FAR 13.106-2. The Government may utilize published media and electronic government databases to obtain additional information regarding past performance. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, ¿Instructions to Offerors ¿Commercial Items ¿ (Jan 2017) 2.FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items ¿ (Jan 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications ¿Commercial Items. ¿ If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, ¿Contract Terms and Conditions ¿Commercial Items ¿ (Jan 2017) -FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ (Jan 2017) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 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), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 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), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice 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: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, unit price and extended price and date. 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) within 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 Clause) All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than December 11, 2017 via email to chad_williams@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). QUESTIONS: Email any questions to the Contracting Officer at chad_williams@nps.gov no later than 10am/EST on December 06, 2017 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. Point of Contact: Chad Williams, Contract Specialist, chad_williams@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P5418R0002/listing.html)
 
Record
SN04749601-W 20171129/171127231221-5261f6594b31f8e5a3c86c47ce828407 (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  © 1994-2020, Loren Data Corp.