Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

F -- Hazardous Tree Removal-Jacksonville FL

Notice Date
4/1/2020 4:19:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
SER SOUTH MABO (54000) HOMESTEAD FL 33034 USA
 
ZIP Code
33034
 
Solicitation Number
140P5420Q0009
 
Response Due
4/28/2020 12:00:00 AM
 
Archive Date
06/26/2020
 
Point of Contact
Stefanos, Mary
 
E-Mail Address
Mary_Stefanos@nps.gov
(Mary_Stefanos@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5420Q0009 Posted Date: 01 Apr 20 Response Date: 30 Apr 20 Product or Service Code: F014 (Tree Thinning Services) Set Aside: Total Small Business NAICS Code: 561730 (Landscaping Services) Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 See attached PDF for a clearly formatted version of the below information. 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 solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 dated January 15, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730, with a small business size standard of $8M. This synopsis page combined with the posted Standard Form 18 will make a complete solicitation package. Only the SF 18 and past jobs showing technical capability needs to be submitted with your quote. This Acquisition may result in a firm fixed price purchase order. The South Major Acquisition Buying Office (MABO), 40001 SR 9336, Homestead, FL 33034 is seeking the procurement of services to identify, fell, and remove limbs and branches from fire affected trees along the I-95 corridor in order to eliminate hazards to the motoring public. Trees shall be cut and trimmed in accordance to Park standards. Hazard trees to be removed will be fire affected, and have the possibility of falling on to the I-95 corridor or have the possibility of falling onto a tree that is in the right-of-way and knocking that tree on to the I-95 corridor. The park�s contracting officer representative will meet with the contractor�s arborist to clarify the trees to be removed during the pre-bid meeting or pre-work meeting. Identification by contractor�s certified arborist of these trees will be critical in this contract. The limits for hazard tree removal will vary, but it is imperative that all fire affected trees on park property that pose a danger of falling on the I-95 corridor be removed. The contractor will not remove any trees in the Florida Department of Transportation (FDOT) right-of-way. Area to be felled is approximately 150�x700�. Woody material (tree tops, branches, and limbs) will be either hauled out or disposed of in the area by way of chipping. The main trunks and logs will be left on site and shall be laid flat to be in full contact with the ground. The trunks will be bucked up into 8� sections that will be laid flat on the ground. Work shall be done by mechanical methods and hand work. Hand crews are to fell the trees. The felled trees will be then bucked, topped, and limbed. The limbs and tree tops will be pulled to the chipper which will then dispose of the woody material. Fire affected trees are on land on the east side of I-95 at approximately milepost 369. This area of the preserve is bounded by marsh to the north and to the east. I-95 provides a line on the west, and privately owned upland forests are to the south. This project will fell fire affected trees in the burned area and then be de-limbed, topped, and bucked. The limbs and tops will be chipped with the chips being deposited on site. The bucked tree trunks will be left in full contact of the ground. Work shall be accomplished on land adjacent to I-95. Safety for the workers and the motorists is of the utmost importance. There will be five (5) access points along I-95 (map is provided in the FDOT certified General Use Permit). The vendor is to use these spots to access the fire affected trees. The fence will be cut by the vendor to allow access, and at the conclusion of the project will repair the fence to pre-cut conditions. The fence must be repaired with in-kind materials before payment is to be delivered. All interested companies shall provide a quote for the total HVAC replacements on the SF 18. All interested companies shall provide a quote for the following: Services Line Item Description Quantity U/I Unit Price Total Price 0010 Hazardous Tree Removal 1 job _________ _________ The APPROXIMATE performance period is anticipated to be 05/01/2020 through 05/31/2020. Monday through Sunday, daylight hours only. No work will be allowed on government recognized holidays. Project Location: Timucuan Ecological and Historic Preserve, Jacksonville 32225 SITE VISIT: A site visit is scheduled for April 15, 2020 at 10:00am at Timucuan Ecological and Historic Preserve, Jacksonville 32225 (on the east side of I-95 at approximately milepost 369 which will be marked well) Contractors should pull off the highway on to the shoulder of the highway. In lieu of filling out a sign-in sheet at the time of the inspection, please RSVP to Mary_Stefanos@nps.gov beforehand and the Contracting Officer�s Representative (COR) will verify your attendance upon your arrival. The purpose of this site visit is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. Any questions must be submitted via email to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on April 21, 2020. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government�s official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site visit is highly recommended and 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. SCA Wage Determination # WD 2015-4539 (Rev.10) dated 12/23/2019 for Duval County is applicable. It can be found at https://beta.sam.gov/wage-determination/2015-4539/10?index=wd&keywords=&is_active=true&sort=-modifiedDate&date_filter_index=0&date_rad_selection=date&wdType=sca&state=FL&county=16493&is_wd_even=false&is_standard=true&prevP=prevPerfNo&page=1 145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 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: $ 50,000.00 each person $100,000.00 each occurrence $100,000.00 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. 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� (Oct 2018) 2. FAR 52.212-2, �Evaluation � Commercial Items� (Jan 2017) 3. FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� (Dec 2019) 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� (Oct 2018) -FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� (Jan 2020) 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) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Dec 2019) 52.202-01 Definitions. (NOV 2013) 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-8 Annual Representations and Certifications (Dec 2019) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.211-8 Time of Delivery (Nov 2016) 52.212-3 Offeror Representations and Certifications � Commercial Items (Dec 2016) 52.212-4 Contract Terms and Conditions � Commercial Items (Jan 2017) 52.213-1 Fast Payment Procedure (May 2006) 52.215-6 Place of Performance (Oct 1997) 52.215-8 Order of Precedence � Uniform Contract Format (Oct 1997) 52.216-1 Type of Contract (APR 1984) 52.219-1 Small Business Program Representation (Oct 2014) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (May 2014) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons. (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658(Dec 2014) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (Sep 2013) 52.223-6 Drug-Free Workplace (May 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (May 2008) 52.225-13 Restrictions on Certain Foreign Purchases. (JUN 2008) 52.225-18 Place of Manufacture. (MAR 2015) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.243-1 Changes - Fixed-Price. (AUG 1987) 52.246-2 Inspection of Supplies � Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short-Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (Sep 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. The COR for this contract will be: (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) 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, itemized description, period of performance, percentage of work done and price. 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 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. You must include your total price and your DUNS number on the form and include a list of any recent federal projects reflecting applicable technical capability along with an acknowledge any amendments in your email submitting your quote. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Emailed confirmation of offer will be sent by the government. 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 by the deadline of 10am ET on April 28, 2020). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). This is an open-market combined synopsis/solicitation for services 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. By signing the SF-18, the contractor accept all the terms and conditions of the Solicitation. EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance and (3) technical capability which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on April 21, 2020 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. Attachments: SF18 Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7ff6334cd6443448cfafadea4698355/view)
 
Place of Performance
Address: Jacksonville, FL 32225, USA
Zip Code: 32225
Country: USA
 
Record
SN05606943-F 20200403/200401230142 (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.