Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

R -- Seepage Barriers BPA Herbert Hoover Dam, Okeechobee, FL

Notice Date
8/21/2020 11:11:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541 — Professional, Scientific, and Technical Services
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP20R0047
 
Response Due
9/4/2020 7:00:00 AM
 
Archive Date
09/19/2020
 
Point of Contact
Chad D. Manson, Phone: 9042323420, James T. Tracy, Phone: 9042322107
 
E-Mail Address
chad.d.manson@usace.army.mil, james.t.tracy@usace.army.mil
(chad.d.manson@usace.army.mil, james.t.tracy@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION W912EP20R0047 � DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 Government reserves the right to award without discussions.� In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This is a Request for Proposal (RFP) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 (3 Aug 2020). The U.S. Army Corps of Engineers (USACE), Jacksonville District anticipates establishing a multiple-award, non-personal services Blanket Purchase Agreement (BPA) to perform the services listed below. A minium of one (1), but no more than three (3) BPAs will be established. This requirement is Unrestricted (Full and Open Competition). The associated NAICS code is: 541990, All Other Professional, Scientific, and Technical Services Small business size standard is: $16.5 Million USACE Jacksonville District has a requirement for a non-personal services BPA to provide quality assurances services for cutoff wall installation projects to monitor the construction contractors� progress and document compliance with the plans, specifications and ancillary documents. The Contractor shall provide all other items and non-personal services necessary to perform in accordance with the Performance Work Statement (PWS). Additional scope information will be outlined in each BPA call. (SEE BELOW AND ATTACHED PERFORMANCE WORK STATEMENT) CLIN�������������� DESCRIPTION ����������� ����������� ����������� 0001��������������� Seepage Barrier Services ����������������������� The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items to perform all services tasks on calls issued from this BPA in accordance with the PWS. Note: The Period of Performance of this BPA will five (5) years. Price lists and wage determinations will be reviewed on an annual basis. Location of Work: The projects will be located within the continental United States and/or Puerto Rico, with a majority of work located at the Herbert Hoover Dike and within the Florida boundaries of the Jacksonville District. �Each BPA call will incorporate the project location. The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition. Addendum to 52.212-1 Proposal Content � The proposal shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) and Commercial and Government Entity (CAGE) code of the offeror, the solicitation number and its contents. All proposal documents when printed shall fit on 8 x 11 inch paper to include spreadsheets (with appropriate page breaks). The proposal shall be, at a minimum, 12 point font (8 point is acceptable for Tables/Graphics). Ensure the proposal is submitted in PDF format. Spreadsheets shall be submitted in Excel document format. Proposals shall be responsive to and comply with the terms of this combined synopsis/solicitation in order to be eligible to receive an award. All combined synopsis/solicitation requirements shall be addressed in sufficient written detail for the Government to determine if the offeror understands each aspect of the Government�s requirement. The offeror shall address each task separately, and shall provide sufficient narrative and supporting data for each task. Lack of sufficient detail shall be considered sufficient cause for the proposal to be determined unacceptable. Statements that the offeror understands, can, or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as �standard procedures will be used� or �well-known techniques will be used� will be considered unacceptable. The Government will reject the proposal if determined to be materially nonresponsive or that does not conform to the terms of the combined synopsis/solicitation. To be eligible to receive an award, the proposal submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. b. Past Performance: No submission is required for the Past Performance Factor. The Government intends to review past performance information from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers. c. Price: A Firm Fixed Price (FFP) shall be submitted for this effort.� The vendor will provide pricing for each line item listed in the attached Price Exhibit. The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition. Addendum to 52.212-2 The Government anticipates establishing a multiple-award, non-personal services Blanket Purchase Agreement (BPA) to perform the services listed below. A minium of one (1), but no more than three (3) BPAs will be established in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance; (3) Price. To be eligible to receive an award, proposals submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below: a. Technical: Specifications have been defined in the Performance Work Statement (PWS). The vendor shall submit a proposal that meets or exceeds all specifications identified in the PWS. Proposals will be rated as ""Acceptable"" or ""Unacceptable"" in regards to ability to meet each element. Refer to Table 1 for a description of the ratings. The minimum requirements must be met in order for the technical factor to be considered acceptable and for the proposal to be considered for award. Table 1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal meets the requirements of the solicitation. Unacceptable Proposal does not meet the minimum requirements of the solicitation. b. Past Performance: The Government will evaluate offerors� likelihood of success in performing the solicitation's requirements as indicated by those offerors� record of past performance. Past performance ratings will be based on data obtained from any available sources, such as the Past Performance Information Retrieval System (PPIRS). The Government will assign a rating as indicated below. Table 2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. (See note below.) Unacceptable Based on the offeror�s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered �acceptable.� c. Price: A Firm Fixed Price (FFP) shall be submitted for this effort. The vendor will provide pricing for each line item listed in the attached Price Exhibit. The Government will evaluate all aspects of the price proposal for reasonableness. Proposals found to be unreasonable may be rejected on that basis. The Government will only award the required BPA if a fair and reasonable price can be obtained. The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition.� Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.�� Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor relations Act 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim Additional Provision that apply to this acquisition: 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.204-22 Alternative Line Item Proposal 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 52.217-5 Evaluation of Options 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 252.203-7005� Representation Relating to Compensation of Former DoD Officials 252.204-7008� Compliance with Safeguarding Covered Defense Information Controls 252.205-7000 Provision of Information to Cooperative Agreement Holders� Additional Clauses that apply to this acquisition: 52.203-3 Gratuities� 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.215-23 Limitations on Pass-Through Charges� 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.201-7000 Contracting Officer's Representative� 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002� Requirement to Inform Employees of Whistleblower Rights 252.204-7004� Alternate A, System for Award Management 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7012 Preference for Certain Domestic Commodities� 252.225-7048 Export-Controlled Items 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data� 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Fill-In Clauses that apply to this acquisition: 52.219-28 Post Award Small Business Program Rerepresentation (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [� ] is, [� ] is not a small business concern under NAICS Code 541990 52.252-6 Authorized Deviations in Clauses� (a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. (b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. Open Market pricing is required. Anticipated Award Date is: September 14, 2020 Technical inquiries and questions relating to this combined synopsis/solicitation are due by 3:00 PM EST, August 24, 2020. Questions shall be sent via email to chad.d.manson@usace.army.mil, and james.t.tracy@usace.army.mil. When submitting questions, please include the solicitation number, and title. The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after August 24, 2020. Offerors should base their offers on the information provided in the solicitation and all issued amendments thereto. All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the solicitation.� If an amendment is issued, it will be posted on the Government Point of Entry website (www.beta.sam.gov). Proposals are due by 10:00 AM EST, September 4th, 2020. Proposals shall be sent via email to chad.d.manson@usace.army.mil, and james.t.tracy@usace.army.mil. Any other questions regarding this acquisition should be directed to the Contract Specialist, Chad Manson at (904) 232-3420 or by e-mail. Attached:� Performance Work Statement (PWS) Price Exhibit
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/818d05f2079d490a9a379a760aa5e2a6/view)
 
Place of Performance
Address: Okeechobee, FL, USA
Country: USA
 
Record
SN05769004-F 20200823/200821230203 (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.