Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
SOLICITATION NOTICE

Z -- OZAR - Mold Remediation

Notice Date
4/4/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0027
 
Response Due
4/19/2018
 
Archive Date
5/4/2018
 
Point of Contact
Frank, Matthew
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: 140P6218Q0027 Notice Type: Combined Synopsis/Solicitation Synopsis: (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 separate written solicitation will not be issued. (ii) This solicitation, 140P6218Q0027, shall serve as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 (Effective 24 JAN 2018) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm] (iv) The associated North American Industrial Classification Standard (NAICS) is 562910 Remediation Services (v-vi) The National Park Services Ozark National Scenic Riverways is seeking a quotation for mold remediation within four structures, including two duplexes, within the Round Springs campground area IAW with the attached Statement of Work and independent mold assessments CLIN 0010 Building 256 Wastewater Lab Labor $_________ Material$_________ Total$_________ CLIN 0020 Building 236 Duplexes A & B Labor $_________ Material$_________ Total$_________ CLIN 0030 - Building 237 Duplexes A & B Labor $_________ Material$_________ Total$_________ CLIN 0030 - Building 254 Bathroom Labor $_________ Material$_________ Total$_________ (vii) Period of Performance: 30 Days from Award Place of Performance:13020 Round Spring Campground RD Eminence, MO 65466 If using a GPS to navigate, use these lat/lon coordinates: 37.281347, -91.412004 Link to map of location: https://goo.gl/maps/yn1ZxHwsP6H2 Site Visit:An organized site visit will be held at 1:00 PM on 12 April 2018 (see place of performance). Attendees shall RSVP no later than 24 hours prior. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, service description, quantity, unit of measure, unit price, total price, and period of performance. Quotes are required to be received NO LATER THAN 16:00 P.M. CST, 19 April 2018. Submit written offers ONLY. Oral offers will not be accepted. All quotes must be sent to the attention of Matt Frank via email to matthew_frank@nps.gov. 1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. 2. Additional costs outside of the categories identified in the CLIN structure shall be identified in the offerors quote. 3. Quotes shall be valid through 19 May 2018 Please send any questions or comments via email to both Matthew Frank with the subject: OZAR Mold Remediation (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) past performance, potential offerors shall provide three recent customer points of contract. The last one is (ii) price. The lowest priced offer with acceptable past performance will be selected. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.acquisition.gov. (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 (DEVIATION), applies to this acquisition. The following clauses/provisions also apply to this acquisition: 52.252-2, Clauses Incorporated by Reference 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-6, Authorized Deviations in Clauses. This solicitation and resultant contract contains provisions and clauses that may be included by reference. You may view provisions or clauses incorporated by reference at this website: http://farsite.hill.af.mil The following provisions are included by reference: 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representations 52.223-5 Pollution Prevention and Right-to-Know Information The following provisions are included by full text: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation As prescribed in 3.909-3(a), insert the following provision: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) (a) Definition. As used in this provision-- Internal confidentiality agreement or statement, subcontract, and subcontractor, are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (b) In accordance with 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), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (End of provision) The following clauses are included by reference: 52.202-1 Definitions 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.223-5 Pollution Prevention and Right-To-Know Information 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications 52.237-2 Protection of Government Building, Equipment and Vegetation The following clauses within 52.212-5 are applicable: 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 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards Wage Determination No. 2015-5105, Revision 5, Dated 10 January 2018 52.222.42 Statement of Equivalent Rates for Federal hires Employee Class Wage RateFringe 23370 General Maintenance $20.31/hr$7.36 52.222-50 Combat Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management The following clauses are incorporated by full text in the final award: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (a) Definitions. As used in this clause-- Internal confidentiality agreement or statement means a confidentiality agreement or any other written statement that the contractor requires any of its employees or subcontractors to sign regarding nondisclosure of contractor information, except that it does not include confidentiality agreements arising out of civil litigation or confidentiality agreements that contractor employees or subcontractors sign at the behest of a Federal agency. Subcontract means any contract as defined in subpart 2.1 entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders. Subcontractor means any supplier, distributor, vendor, or firm (including a consultant) that furnishes supplies or services to or for a prime contractor or another subcontractor. (b) The Contractor shall not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General). (c) The Contractor shall notify current employees and subcontractors that prohibitions and restrictions of any preexisting internal confidentiality agreements or statements covered by this clause, to the extent that such prohibitions and restrictions are inconsistent with the prohibitions of this clause, are no longer in effect. (d) The prohibition in paragraph (b) of this clause does not contravene requirements applicable to Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (e) In accordance with 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) use of funds appropriated (or otherwise made available) is prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (f) The Contractor shall include the substance of this clause, including this paragraph (f), in subcontracts under such contracts. (End of clause) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (a) Definition. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) Applicability. This clause applies only to-- (1) Contracts that have been set aside or reserved for service-disabled veteran-owned small business concerns; (2) Part or parts of a multiple-award contract that have been set aside for service-disabled veteran-owned small business concerns; and (3) Orders set aside for service-disabled veteran-owned small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business concern. (d) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for-- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns. (e) A joint venture may be considered a service-disabled veteran owned small business concern if-- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b) (f) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) 1452.228-70 Liability Insurance. Liability InsuranceDepartment 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 each person $100,000 each occurrence $100,000 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) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 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: Vendors Internal Invoice Document 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 CCR) 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) (xiii) All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. (xiv) (RESERVED) List of Attachments: 1. Statement of Work 2. Mold Testing Results 3. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0027/listing.html)
 
Place of Performance
Address: Ozark National Scenic Riverway 13020 Round Spring Campground Road Eminence MO 65466 USA
Zip Code: 65466
 
Record
SN04877528-W 20180406/180404230914-cf9012b080af2a29b08aac9e6f3964e6 (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.