Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

S -- Muroc Lake Golf Course Specialized Weed and Pest Control Services

Notice Date
1/13/2020 8:34:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-20-Q-0003
 
Response Due
1/31/2020 3:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
Thomas Prothro, Joshua Vasquez
 
E-Mail Address
thomas.prothro@us.af.mil, joshua.vasquez.5@us.af.mil
(thomas.prothro@us.af.mil, joshua.vasquez.5@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment #2 to this Notice: A non-mandatory site visit for a job walk is scheduled for Thursday, 16 January, 2020 at 0900. Attendees will meet at the Edwards AFB Visitors Center located at the Rosamond Blvd West Gate Entrance to get visitor passes and proceed to the Muroc Golf Course as a group. Up to 2 representatives per company are permitted to attend.� Personnel interested in attending must contact Mr. Thomas Prothro at thomas.prothro@us.af.mil, and Mr. Josh Vasquez at joshua.vasquez.5@us.af.mil no later than 11:00AM Wednesday, 15 January, 2020.� Following Information is required: Attendees full name, Date of birth, and Driver license number.� In addition, you must vehicle registration and insurance documents in hand as they are required for vehicle passes."" Amendment #1 to this Notice: This amendment is to provide an updated PWS within the attachments section. The updated PWS better clarified requirements of this posting. The updated PWS with todays date (09 Jan 2020) shall be used by offerors in preparing their�quotes. No other sections of this overall notice were chaged with this amendment. Additionally, offers are reminded to please submit questions in accordance with this notice, to which the government will consolidate and provide answers�via another�amendment to this notice.� Original Notice: *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ)�until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** (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. The simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: FA930120Q0003 . This solicitation is issued as a RFQ to offerors. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-03, effective 13 DEC 2019; and DPN 20190531, effective 1 OCT 2019. (iv) This is a set-aside (100%)�for�Small Business. The North American Industry Classification System (NAICS) code for this project is 561710 with a size standard of $12,000,000. (v) Description of items to be acquired:� Muroc Lake Golf Course Specialized Weed and Pest Control Services (vi) Location of service performance: Edwards AFB, CA 93524 (vii) Contract Line Item Number (CLIN)�Nomenclature and Contract Structure: The following represent the CLIN structure for this contract, where ""X"" indicates the variety of the base period (i.e. 0001, 0002, etc.) vs. year two (i.e. 1001, 1002, etc) vs. year three (i.e. 2001, 2002, etc.), and so forth.� �� The CLINs/quantities below, as also identified within the�model contract, represent an estimated maximum quantity for each item. However, the Government reserves the right to order some or none of each item solely based upon its needs. �� X001 - Apply Fungicide at preventive rate to Golf Course greens and collars, Est 2.2 AC per treatment including wetting agent/surfactant as applied per label - QTY 3 - Each �� X002 - Apply Fungicide at curative rate to Golf Course greens and collars, Est 2.2 AC per treatment including wetting agent/surfactant as applied per label - QTY 9 - Each �� X003 - Apply Insecticide to Golf Course greens and collars Est 2.2 AC per treatment including wetting agent/surfactant as applied per label - QTY�4 - Each �� X004 - Apply Lontrel or equal selective herbicide to Golf Course greens and collars, Est 2.2 AC per treatment including wetting agent/surfactant as applied per label - QTY 2 - Each �� X005 - Apply Proxy Growth Regulator at .5 rate or equal to golf course greens and collars Est 2.2 AC per treatment including wetting agent/surfactant as applied per label - QTY 2 - Each �� X006 - Apply Primo growth regulator at .125 oz per 1000ft2 or equal to golf course greens and collars, est 2.2 AC per treatment including wetting agent/surfactant as applied per label - QTY 10 - Each �� X007 - Apply pre-emergent and non-selective herbicide around trees, bricks, paths, clubhouse area, 1 Acre - 4 - Each �� X008 - Apply selective herbicide to golf course fairways including wetting agent/surfactant as applied per label, 1Acre - QTY 8 - Each �� X009 - Apply Rodeo or Equal to control Cattails in Golf Course Pond Est .25 AC treatment area -�QTY 2 - Each �� Contract Type: The anticipated contract type is Indefinate Delivery Indefinate Quantity (IDIQ) with Task Orders placed based upon the Governement's needs. (viii) The provision at 52.212-1 ""Instructions to Offerors -- Commercial""�applies to this acquisition. Offers are due by 31�JAN 2020 at 3:00 PM Pacific Standard Time (PST) via electronic mail to Thomas Prothro at thomas.prothro@us.af.mil and Joshua Vasquez at joshua.vasquez.5@us.af.mil.� �� (a) Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": ���� (1) Proposal Volumes - Each offeror is to provide�3 separate stand alone volumes (Technical, Past Performance, and Price).� �� - Technical Volume: The offerors Technical Volume shall contain copies of the applicable certifications needed to perform the tasks outlined within the PWS. �� - Past Performance Volume: The offeror's Past Performance Volume shall contain contact information/references for a maximum of 5 previous (or on-going) contracts they�performed upon. Each of the previous contracts referenced shall have a brief description of the services pervided, length of the contract, dollar amount, and contact information�(name, phone and�email). The Government�may utilize this�to�obtain information on�offeror's performance on the contracts specified.�Information provided on recent or current contracts shall show what offerors�consider most relevant in demonstrating�their ability to perform this proposed effort.���� �� - Price Volume: The offerors Price Volume shall consist of filling in applicable sections of the Solicitation (Standard Form 1449). Offerors shall complete all portions of SF 1449 blocks 12,�17a,�30a,�30b and 30c.�In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLINs 0001 thru 4009 (beginning on page 3 of the Model Contract/Solicitation).�� ���� (2) Cover�Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable. If a section does not apply to an�offeror, simply state ""N/A."" �Additionally, offerors are permitted to provide�additional�information on your company that you deem relevant to this acquisition. Lastly,�offerors are to provide their CAGE Code within the cover letter.� ���� (3)�Page Limitations - Offerors cover letter shall be no more than�3 pages in length. The Technical Volume has no page limitation. The Past Performance�Volume shall be no more than�4 pages in length. Lastly,�the Price Volume has�no page limitation. ���� (4) Page/Font Size -�Although proposals are to be submitted electronically, the page size should be structured to print�on a normal 8.5 X 11 inch sheet of paper. Margins shall be no less than 1 inch on all sides. Please use Times New Roman�font size 12 or larger. Pages shall be numbered sequentially by volume. ���� (5) Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format. ��������������������������������������������������������������������������� (End of Addendum) (ix) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items""�applies to this acquisition. �� (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": 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: ���� (1) Technical capability of the item offered to meet the Government requirement ���� (2) Past performance ���� (3) Price �� In the integrated assessment, upon which the award assessment will be made, Past Performance is�of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. �� (b) BASIS FOR CONTRACT AWARD: This is a competitive best value source selection using Best Value�in which competing offerors� past and present performance history will be evaluated�as more important than price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: ���� (1) Technical Acceptability (Step 1) -�Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met:�Supply copies of current relevant State of California Applicator Certifications to meet the requirements of this RFQ as specified in the PWS. An offeror will be deemed Unacceptable if current certifications are not provided as specified herein. ���� (2) Price Evaluation (Step 2) - Next, orrerors will be ranked�according to�overall�price. Included as part of the price evaluation is a review for price reasonableness. An offeror's proposed Total�Price will be determined by multiplying the�Quantity by the�Unit Price for each CLIN�(identified in�the Price Volume, pages 3-7 of the�Model Contract/Solicitation) to confirm the�Amount for each CLIN.�The sum of the CLIN totals shall�equal the�contract Total Price.�Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3), unbalanced (in accordance with FAR 15.404-1), or unaffordable (not within any budgetary information included in the solicitation) may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. ���� (3) Past Performance (Step 3) -�The Government will seek recent and relevant performance information on the lowest priced, technically acceptable offeror based on (1) the past efforts provided by the�offeror, and (2) data independently obtained from other Government and commercial sources in order to determine the offeror�s Past Performance rating, which is comprised of two�criteria: Recency and�Relevancy. Relevant present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a ""Very Recent and Very Relevant"" Past Performance�rating. The purpose of the past performance evaluation is to assess the degree of confidence the Government has in the offeror's ability to supply the services that meet users' needs, based on the offeror's demonstrated record of performance. The assessment process will result in an overall Past Performance rating�of��Not relevant�, �Recent and Relevant�, and �Very Recent and Very relevant� basis based up on receiving references provided within the Past Performance Volume. �� - �Not relevant� - no past performance information provided; past performance�information�received for service contracts of a type deemed not relevant or similar in nature to this solicitation; past performance information�received for service contracts completed more than 3 years ago. �� - �Recent and Relevant� - Past performance�information received for service contracts of a type deemed relevant or similar in nature to this solicitation; such as weed and pest control at public parks; completed within the last three years. �� - �Very Recent and Very Relevant� - Past performance information�received for service contracts for weed and pest control at a golf course; currently on-going or completed within the last year. �� If the offeror with the lowest proposed price who is evaluated as technically acceptable and is judged to have ""Very Recent and Very Relevant"" past performance�rating is determined to be responsible, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. ���If the offeror with the lowest proposed price who is evaluated as technically acceptable is not judged to have a ""Very Recent and Very Relevant"" past performance�rating, the next lowest priced offer will be evaluated and the process will continue (in order by price) until an offeror is judged to have a ""Very Recent and Very Relevant"" past performance�rating or until all offerors are evaluated. If no offerors are deemed to have a rating of ""Very Recent and Very Relevant"" past performance rating, the award shall be made to the lowest priced, technically acceptable offeror with a ""Recent and Relevant"" past performance rating.� �� Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors�must be registered with the System for Award Management (SAM). �� (c) 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ��������������������������������������������������������������������������� (End of Addendum) (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the Cover Letter. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following changes:�� Paragraph (c) of this clause is tailored as follows: �Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government..� (xii) All applicable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Proposal Submission Information: All questions or comments must be sent to Thomas Prothro at thomas.prothro@us.af.mil and Joshua Vasquez at joshua.vasquez.5@us.af.mil no later than 13�JAN 2020 at 3:00 PM PST. Offerors quotes are due by 31�JAN 2020 at 3:00 PM PST via electronic mail to Mr. Prothro and Mr. Vasquez.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a71b3a7a2221485aa5095142183b849a/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05533006-F 20200115/200113230259 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.