Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

S -- Debris cleanup-St.Johns, USVI

Notice Date
8/10/2020 11:04:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
SER De Soto MABO Bradenton FL 34209 USA
 
ZIP Code
34209
 
Solicitation Number
140P5520Q0008
 
Response Due
8/24/2020 12:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Wood, Lara
 
E-Mail Address
Lara_Wood@nps.gov
(Lara_Wood@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
See attached PDF for a clearly formatted version of the below information. Combined Synopsis/Solicitation for Commercial Items - FAR 12.603 General Information Document Type: Combined Synopsis/Solicitation Solicitation #: 140P5520Q0008 Posted Date: 30 July 2020 Response Date: 24 August 2020 @ 1000 EST Product or Service Code: S205-Trash/Garbage Collection Services Set Aside: Total Small Business NAICS Code: 562119-Other Waste Collection Contracting Office Address NPS, Interior Region 2 South Atlantic Gulf 8300 De Soto Memorial Hwy, Bradenton, FL 34209 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format at 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; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 (June 05, 2020). The associated North American Industrial Classification System (NAICS) code for this procurement is 562119, with a small business size standard of $38.5 million. This synopsis page combined with the posted Standard Form (SF) 18 and the attached Statement of Work (SOW) will make a complete solicitation package. All interested companies shall provide an offer for the job on the SF 18 to include your total price and your DUNS number on the form, your projected timeline and your proposed technical approach to the project along with an acknowledgement of any amendments. This Acquisition may result in a firm fixed price service contract. The Storm Recovery Program, 8300 De Soto Memorial Hwy, Bradenton, Florida 34209, is seeking to procure services to remove and dispose of debris remaining within (3) three Park housing units and the VIERS complex after hurricane Irma and Maria. All interested companies shall provide an offer to remove debris at the following locations: Line Item Description Quantity U/I Unit Price Total Price 0010 Island Fancy 1 Job 0020 Lilly Maho 1 Job 0030 Lameshur 1 Job 0040 VIERS 1 Job TOTAL AMOUNT OFFERED $ Performance Period: is anticipated to be 90 days. Project Location: Virgin Islands National Park, St. Johns, USVI - 4 locations. See Statement of Work Site Visit: All interested parties are urged and expected to attend the preproposal/site visit on Tuesday, August 18, 2020 at 0900 AST. The purpose of the site visit is for contractors to ascertain the complexities along with general local conditions which could materially affect conduct of operations of the cost thereof. All interested contractors shall RSVP for the site visit NLT 1000 am EST on Monday, August 17, 2020. RSVPs will be received at lara_wood@nps.gov. If no RSVPs are received by 10:00 am EST on August 17, 2020 a scheduled formal site visit will NOT be conducted. Any questions must be submitted via email to Lara_Wood@nps.gov NO LATER THAN 1000 EST on Wednesday, August 19, 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. 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 (JUN 2020) 2) FAR 52.212-2 - Evaluation - Commercial Items (OCT 2014) 3) FAR 52.212-3 - Offerors Representations and Certifications - Commercial Items (JUN 2020) Offerors must complete annual representations and certifications on-line at https://www.sam.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: 1) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (OCT 2018) 2) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUL 2020) The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)(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 (JUN 2020) (31 U.S.C. 6101 note); 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C. 644); 52-219-8, Utilization of Small Business Concerns (OCT 2018)(15 U.S.C. 637(d)(2) and (3); 52.219-14, Limitations on Subcontracting (MAR 2020)(15 U.S.C. 637(a)(14); 52.219-28, Post Award Small Business Program Representation (MAY 2020)(15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUN 2003)(E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEP 2016)(E.O. 11246); 52.222-35, Equal Opportunity for Veterans (JUN 2020)(38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020)(29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (JUN 2020)(38 U.S.C. 4212); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)(E.O. 13496); 52.222-50, Combating Trafficking in Persons (JAN 2019)(22 U.S.C. chapter 78 and E.O. 13627); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (JUN 2020) (E.O. 13513); 52.222-54, Employment Eligibility Verification (OCT 2015)(E.O. 12989); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)(31 U.S.C. 3332); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)(E.O. 13658) and 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)(E.O. 13706). 52.202-1 Definitions (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (JAN 2017) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-8 Annual Representations and Certifications (MAR 2020) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership or Control of Offeror (JUL 2016) 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) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 52.204-26 Covered Telecommunications Equipment or Services - Representation (DEC 2019) 52.211-8 Time of Delivery, Alt III (JUN 1997) 52.213-1 Fast Payment Procedure (MAY 2006) 52.215-8 Order of Precedence - Uniform Contract Format (OCT 1997) 52.219-1 Small Business Program Representation (MAR 2020) 52.219-6 Notice of Total Small Business Set-Aside (MAR 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons. (JAN 2019) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-6 Drug-Free Workplace (MAY 2001) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (JUN 2020) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.232-1 Payments (APR 1984) 52.232-8 Discount for Prompt Payment (FEB 2002) 52.232-25 Prompt Payment (JAN 2017) 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) 52.237-1 Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.242-13 Bankruptcy (JUL 1995) 52.242-15 Stop Work Order (AUG 1989) 52.243-1 Changes - Fixed Price (APR 1987) with Alt I (APR 1984) 52.249-2, Termination for Convenience of the Government(Fixed-Price) (APR 2012) 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.253-1 Computer Generated Forms (JAN 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior (APR 1984) ***************************************************************************** SCA Wage Determination # WD 2015-5715 (Rev.9) dated 12/23/2019 for Virgin Islands Statewide is applicable. It can be found at SAM.beta.GOV 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. 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 having 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 exceeding 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 Contractors 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, period of performance and itemized information regarding tasks completed. 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 offerors shall complete blocks 8a through 8f, 11c through 14 of the Solicitation (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 acknowledgement of all amendments in your email submitting your quote. OFFERS: All offers shall be submitted via email to mail to: Lara_Wood@nps.gov by August 24, 2020 at 1000 EST. Emailed confirmation of offer will be sent by the Government. Offerors shall acknowledge receipt of any/all amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer (CO); there will be no relief given for undelivered emails that aren't received by the deadline of 1000 AM EST on August 24, 2020. Late submissions will 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 contract 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 accepts all terms and conditions of the Solicitation. This is an all-or-none solicitation. EVALUATION CRITERIA: Award will be made to the offeror whose proposal offers the best value to the Government, considering technical approach, past performance and price. The Government will evaluate information based on the following evaluation criteria: (1) technical approach and (2) past performance. The CO may use information from other sources to evaluate past performance. This includes but is not limited to Past Performance Information Retrieval System. The offers will be evaluated to determine those that are technically acceptable. Those proposals deemed technically acceptable will then be reviewed for price with the offeror submitting the lowest price offer deemed technically acceptable being awarded the Purchase Order. Offeror must not be excluded from conducting business with the federal Government or be delinquent on a federal debt. QUESTIONS: Email any questions to the CO at Lara_Wood@nps.gov no later than 1000 am EST on August 19, 2020. 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. 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. No oral or late questions will be accepted. Attachments: *SF 18 *Statement of Work *Wage Determination Point of Contact: Lara Wood, Contracting Officer, Lara_Wood@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/746af1dcd2824884b26a5ea934e8be1a/view)
 
Place of Performance
Address: St. Johns'
 
Record
SN05750985-F 20200812/200810230145 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.