Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

Z -- NCTC - BOUNDARY FENCE REPLACEMENT

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FWS, DIV OF CONTRACTING AND FA 5275 Leesburg Pike MS: BMO Falls Church VA 22041-3803 US
 
ZIP Code
00000
 
Solicitation Number
140F0918Q0076
 
Response Due
9/17/2018
 
Archive Date
10/2/2018
 
Point of Contact
Weber, Alicia
 
Small Business Set-Aside
Total Small Business
 
Description
NCTC - BOUNDARY FENCE REPLACEMENT Amend 0003 - The purpose of this amendment is as follows: 1. The Site Visit Agenda is hereby provided as Attachment D. 2. The Site Visit Attendee List is hereby provided as Attachment E. 3. The Question and Answer Set 1 is hereby provided as Attachment F. 4. The Specifications section of the SOW, paragraph 9 is hereby replaced in its entirety as follows: "The Contractor is allowed to cut any vines or shrubs regardless of size, and trees less than 3-inches in diameter at breast height (DBH, 4.5 feet from ground level) within 25 feet of the fence if it impedes the installation or removal of fencing. Cutting trees 3-inches in diameter (DBH) and larger will require the approval of the COR. Stumps are to be cut as low as practical. All woody debris created by this work is to be removed from NCTC property, chipped, or left on site under the following limitations: the area to be kept free of debris is within six feet of the fence, between the fence and the public road, or on the existing mowed trail near the fence." 5. The clause 52.217-8, Option to Extend Services, is hereby incorporated into the solicitation. 6. The provision 52.212-2 is hereby revised to incorporate photographs as part of the material list. All other terms and conditions remain unchanged. Combined Synopsis/Solicitation - 140F0918Q0076 The U.S. Fish and Wildlife Service, National Conservation Training Center, in Shepherdstown, WV has the requirement for a boundary fence replacement. This requirement is a Total Small Business Set-aside. (1) 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. (2) The solicitation number is F140F0918Q0076 and is issued as a request for quotation (RFQ). (3)This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-100. The clauses may be accessed in full text at: https://www.acquisition.gov/far/ (4) This procurement is 100% set aside for small business, and the primary NAICS code is 238990, with a small business size standard of $15 million. (5) The quote shall include the following line items: ItemDescriptionQtyUnitPrice 0010Replace Boundary Fence1LS$ (6) The period of performance is 120 days after award. (7) Please see Attachment A - Statement of Work and Attachment B - NCTC Fence Map for additional information regarding the requirements. (8) The following provisions are applicable to this acquisition: 52.212-1, Instructions to Offerors - Commercial (AUG 2018) 52.212-2, Evaluation - Commercial Items (Oct 2014) (a) 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 award will be made to the lowest priced, technically acceptable quote. The following factors shall be used to evaluate offerors: 1. Installation Method. The offeror shall provide a narrative describing the method that will be used in the performance of this contract. 2. Material List. The offeror shall provide a list and photographs of materials that meet the requirements of the Statement of Work and will be used in the performance of this contract. 3. Past Performance. The offeror shall provide three (3) projects that reflect their past performance over the past three (3) years, and will give sufficient detail for the Government to perform an evaluation of the offeror's past performance. (b) A written notice of award or acceptance of a quote, 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 a quote (or part of an quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3, Offeror Representations and Certifications (AUG 2018) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) (9) The following clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (AUG 2018). The following additional FAR clauses are cited as applicable to the acquisition; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.219-6, Notice of Total Small Business Aside; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) Alternate II (May 2014); and 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. 52.217-8, Option to Extend Services (Nov 1999) 52.222-41, Service Contract Labor Standards (AUG 2018) See Attachment C - Wage Determination 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿Representation and Certification (AUG 2018) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 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://acquisition.gov/far/index.html (End Clause) 1452.228-70 Liability Insurance (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 reasonably acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor. The United States of America shall be an Additional Insured with respect to the liability arising out of the performance of the Contractor's work under this contract. The amounts of the insurance shall be not less than as follows: 1. Comprehensive general liability: $500,000 per occurrence; 2. Automobile liability: $200,000 per person, $500,000 per occurrence for bodily injury, $20,000 per occurrence for property damage; 3. Workmen's compensation as required by Federal and State workers' compensation and occupational disease statutes; 4. Employer's liability coverage of $100,000, except in States where workers compensation may not be written by private carriers; 5. Others as required by State. (b) Each policy shall have a certificate evidencing the insurance coverage, and shall be provided to the Contracting Officer within 10 days of policy issuance or renewal. 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) 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: Vendor Invoice. 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) prior to the contract award date, but no more than 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 Local Clause) 1452.201-70 AUTHORITIES AND DELEGATIONS (SEPT 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) (10) Scheduled Site Visit: 52.237-1 Site Visit. (APR 1984) (a) Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (b) An organized site visit has been scheduled for 9:00 AM on 11 September 2018, at the National Conservation Training Center, Shepherdstown, WV. Point of Contact: Name: Alicia Weber Telephone: 304-876-7359 Email: alicia_weber@fws.gov (c) The following information is required for gate access on 11 September 2018: 1. Name 2. Company 3. Position (d) The above information is required to be e-mailed to Alicia_weber@fws.gov no later than 24 hours before the site visit for each person wanting to attend the site visit. This information will be provided to the NCTC guards, who will then direct individuals to the meeting location on the day of the site visit. All companies will be required to stay in one group and be escorted by the NCTC representatives. (End of Provision) (11) Type of Contract: The Government contemplates award of a Firm-Fixed Price type of contract resulting from this solicitation. (12) Please note: To be eligible for an award with the Government, offerors must be registered in the SAM.gov database. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. It is FREE to register. (13) Submission of questions: Interested contractors must submit any questions concerning the solicitation at the earliest time possible. Questions may be submitted via email to alicia_weber@fws.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered. (14) Quotes shall be emailed to the Contracting Officer, Alicia N. Weber, at alicia_weber@fws.gov. Quotes are due 17 September at 11 a.m. ET. (15) For additional information or questions regarding the solicitation, please contact: Alicia N. Weber at alicia_weber@fws.gov. (End of combined synopsis/solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0918Q0076/listing.html)
 
Record
SN05088578-W 20180915/180913231604-496d0fbbffa8be71bac886d176a927d7 (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.