Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

99 -- Interior Plantscaping and Maintenance - Amendment 2

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-18-R-0001
 
Point of Contact
Wanda Willis, Phone: 7037671191, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
wanda.willis@dla.mil, Beverly.J.Williams@dla.mil
(wanda.willis@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 Revised SOW Attachment 1 Questions and Answers The purpose of Amendment 0002 is to incorporate Questions and Answers and replace Section C.11.4.1 within the Statement of Work. Accordingly, •1. 1. The attached Questions and Answers (Attachment 1) are hereby incorporated; and •2. 2. Section C.11.4.1 is hereby replaced. The attached Statement of Work is hereby reprinted in its entirety to replace Section C.11.4.1. •3. 3. All other terms and conditions remain. 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. This is issued as a Request for Proposal (RFP). SP4705-18-R-0001, 100% small business set-aside. This notice incorporates provisions and clauses in effect through FAC Circular 2005-98 effective May 01, 2018. This acquisition is being conducted in accordance with FAR Parts 12, 13 and 15. The NAICS code for this acquisition is 561730, Landscaping Services. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to System for Award Management (SAM) website http://www/sam.gov. The Defense Logistics Agency (DLA) Contracting Office- Fort Belvoir, VA has a requirement to establish a contract for Interior Plant Maintenance Services. This solicitation is to obtain support services for existing live and replica plants at the Defense Logistics Agency; Andrew T. McNamara headquarters Complex (HQC), Bldg. 2462. The HQC is located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060. The contractor shall furnish all management, labor, supervision, tools materials, equipment, storage and transportation necessary to perform work in accordance with the general craft, industry standards, applicable laws, regulation, codes and Federal specification for the work covered by the Statement of Work. The contract is for a base year, with four (4) twelve (12) month option periods. (SEE STATEMENT OF WORK and SECTION B) 52.237-9003 Site Visit Coordinator (APR 2008) DLAD A Site Visit has been scheduled for June 27, 2018. Contractors shall notify the contract specialist, Wanda Willis, ( wanda.willis@dla.mil ) no later than June 25, 2018, that they intend to attend the Site Visit. Participants shall meet at the front entrance of the HQC no later than 11:00 a.m., June 27, 2018. Only two (2) representatives from each potential offeror are authorized to attend. The Government does not intend to conduct individual site visits; therefore, offerors wishing to inspect the site should attend in accordance with the aforementioned guidelines of this section. Please arrive at the front gate of Defense Logistics Agency (DLA) at 8725 John J. Kingman Road, Fort Belvoir, VA at least 15 minutes prior to the arranged time in order to secure a visitor pass. Limit the number of attendees to no more than two representatives from each company. To gain access to the installation you will need to have a government issued ID (e.g. driver's license, state issued photo ID) for every individual, and vehicle registration and insurance for each vehicle. Once you have entered to the gates, proceed to the flags to check in the building. Mr. Michael Watts will be the point of contact for the site visit. If any problems, please contact Wanda Willis at 571-767-1191. Please note the site visit is only designed to allow interested parties the opportunity to visit the facility for viewing of the building live or replica plants, flowers, trees, palms, and specialty plants at DLA Headquarters Complex. Any technical questions should be reduced to writing and sent via email directly to the Contract Specialist at wanda.willis@dla.mil within 24 hours after the site visit. Prior to the scheduled site visit, company must provide to the Contract Specialist: Company Name, Full Name(s) (no more than two (2) persons per company for the site visit), SSN(s), Date of Birth, and Cage Code, no later than June 25, 2018, 11:00 p.m. EST this information is needed to gain access to the building all information will be destroyed after site visit. SUBMISSION OF QUESTIONS: Any questions regarding the solicitation or resulting from the site visit must be in writing and submitted after site visit to the contract specialist, Wanda Willis, via email wanda.willis@dla.mil or contract officer beverly.j.williams@dla.mil no later than 11:00 pm (EST), June 26, 2018. The provision at 52.212-1 - INSTRUCTIONS TO OFFERORS - - COMMERCIAL ITEMS (JUN 2017) Proposals shall be received no later than 11:00 AM (Eastern Standard Time) on Wednesday, July 25, 2018. Submit offers to the email at wanda.willis@dla.mil. Note: All responses must include the solicitation number on the cover page. For emails, the solicitation number must be included within the subject line. (End of Provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) 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 Government will use the lowest price technically acceptable source selection process. The following standards shall be used to evaluate offers: (i) Technical Proposal: Offers must meet or exceed the requirements in the solicitation and any subsequent amendments. (ii) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (iii) Responsibility: Offerors must meet the standard for FAR 9.104. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The clause at 52-212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.209-6, 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 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (July 2013) (31 U.S.C.3332. Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the services. Lowest Price quote that passes the technical requirement under 52.212-2 will receive award. Please provide a completed copy of provision at 52.212-3. 52.217-8 Option to Extend Service, 52.217-9 Option to Extend Term of Contract. See the provision at http://www.arnet.gov/far. FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33. with other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.232-7006, 252.247-7023 and 252.225-7000, 252.225-7001. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. (End of clause) To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at http://www.ccr.gov. Offerors are encouraged to obtain further information at SAM and ORCA registrations at the following two websites: http://www.sam.gov and http://orca.bpn.gov/. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xvi). RESPONSES ARE DUE Wednesday, July 25, 2018 by 11:00 a.m. Eastern Daylight Time. Offers received after this date and time will not be considered for award. Submit one (1) original copy of the technical proposal. Within the copy, remove all mention of the contractor's name. Failure to submit redacted copies of the proposal will result in a finding that the proposal is not acceptable. Submit proposal by mail to - ATTN: Wanda Willis (DCSO-FF), Defense Logistics Agency, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. Contact Wanda Willis by email at wanda.willis@dla.mil, for any technical questions. The solicitation is distributed through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will be available. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. If you have any questions or concerns regarding this solicitation, please contact Wanda Willis at email: wanda.willis@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-18-R-0001/listing.html)
 
Place of Performance
Address: Defense Logistic Agency, 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04996952-W 20180720/180718231003-d163edb742928cf238daf7195c2c261b (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.