Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 31, 2021 SAM #7274
SOLICITATION NOTICE

S -- Grounds Maintenance Peterson Space Force Base and Cheyenne Mountain Space Force Station

Notice Date
10/29/2021 10:53:50 AM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FA2517 21 CONS PETERSON AFB CO 80914-1192 USA
 
ZIP Code
80914-1192
 
Solicitation Number
FA251721R0019
 
Response Due
11/8/2021 1:00:00 PM
 
Archive Date
11/23/2021
 
Point of Contact
Jennifer Miller, Phone: 7195567996, John Sinclair, Phone: 7195569512
 
E-Mail Address
jennifer.miller.61@spaceforce.mil, john.sinclair.1@spaceforce.mil
(jennifer.miller.61@spaceforce.mil, john.sinclair.1@spaceforce.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
This is the official solicitation for this acquisition. Amendment 04: Update Price List, Attachment 6, and Base Year Period of Performance for Cheyenne Mountain Air Force Station *Note 1: The Price List has had significant updates. Please carefully review the updates prior to preparing your proposal. An updated Price List is attached to this solicitation* **Note 2: Attachment 6: 52.212-1 and -2 has updated instructions for proposing to the 6-month extension. Please carefully review the updated instructions for submitting your proposal** ***Note 3: The Period of Performance for the Base Year for Cheyenne Mountain Space Force Station has been updated to 01 August 2022 � 31 January 2023. All applicable Line and Task Items have been updated to reflect this change. Q1.�������� Reference Appendix A for CMSFS will grounds maintenance maps/drawings be provided (Exhibit 3, Exhibit 5, Exhibit 6, and Exhibit 7) A1.�������� All exhibits are attached to the official solicitation in SAM.gov. Q2.�������� Reference Appendix A For PSFB will Exhibit 1, Exhibit 2, Exhibit 4, Exhibit 4, as wells as a Snow Priority maps/drawing be provided. A2.�������� All exhibits are attached to the official solicitation in SAM.gov. Q3.�������� Is there an Incumbent contractor for both sites? If so, who are the incumbents for each site? A3.�������� There are incumbents for both sites. The PSFB incumbent is Embassy Lawn and Landscaping, Inc. (CAGE 0WJL6) and the CMSFS incumbent is Dawson Enterprises, LLC (CAGE 76NW2). Q4.�������� What is the current contract amount for each site? A4.�������� The current contract amount for PSFB is $7,544,960.25. The current contract amount for CMSFS is $1,164,201.00. Q5.�������� For PSFB is there a covered storage area for Ice Melt and or Sand Ice Melt mix materials? A5.�������� The only covered area is inside the facility bay. There is not a government-provided storage/covered area. Q6.�������� Are we allowed to store bulk fuel at CMSFS? A6.�������� CMSFS has no bulk fuel storage area for contractors. Q7.�������� Are the Trees being maintained on a 3 to 5 year cycle? A7.�������� For PSFB: the trees are maintained annually as needed. For CMSFS: there are no trees being maintained on a 3-5 year plan. Q8.�������� Who uses the sand barrels and materials for the facilities? A8.�������� For PSFB: the Facility Managers and the contractor uses the sand in the sand barrels for the sidewalks as needed. For CMSFS: snow removal crew that maintains sidewalks and building entrances use the sand barrels. CMSFS provides the materials to fill the containers and the contractor is responsible to keep the barrels filled/maintained with ice melt or ice slicer. Q9.�������� What is the requirement if a car is parked in parking lot for more than 48 hours after the start of a snow event (how close do we remove snow)? A9.�������� For PSFB: not applicable to PSFB. For CMSFS: there is no requirement to remove snow from parked cars. Please be very careful around any parked vehicles. Q10.����� Are there identified snow storage areas on both bases? A10.������ For PSFB: if the snow accumulation gets unmanageable, there are areas on base where excess snow can be transported to. The main area is located next to the contractor�s facility, Building 200, and also in the fields at Pete East, located by Building 2017. For CMSFS: there are no snow storage areas, snow can be pushed off the edge of the parking lots and roads. Q11.����� The PWS states that the irrigation specialist shall have a FCC Radio State Authorization License to operate Toro Sentinel system. Specifically, what license is required? A12.������ Reference website: https://wireless2.fcc.gov/helpfiles/appletHelp/instr601s.html. The Form is FCC 601-LM. The certification is Radio Service IG-Industrial/Business Pool, Conventional. Area of Operation: operating within a 5.0 km radium around 38-48-56.3 N, 104-41-52.7 W, Peterson Space Force Base, El Paso County, CO. Q13.����� There was a mention that the PWS had changed from the current contract, did the scope increase or decrease? A13.������ The work required increased in some areas and decreased in other areas. Please review the PWS in full for the specifics needed for this requirement. Q14.����� What is the present contract valued at? A14.������ The current contract amount for PSFB is $7,544,960.25. The current contract amount for CMSFS is $1,164,201.00. Q15.����� Are there loading docks available at both Peterson and Cheyenne Mountain where the contractor can unload heavy equipment? A15.������ For PSFB: yes, there are a few loading docks on base which can be utilized to unload heavy equipment. For CMSFS: yes, CMSFS has loading docks at the 300 area. Q16.����� Is there a theft problem at the lay down yard at Peterson SFB? Why were there so many cameras? A16.������ For PSFB: the cameras belong and were installed by the current contractor. The main reason for the cameras are so the manager can monitor snow during the season. However, there are a lot personnel on base, to include internal employees, and they wanted to be able to monitor their assets. We have not heard there is a problem with theft on base. For CMSFS: N/A Q17.����� What is the purpose of Sand or Ice Slicer/Melt Barrels? Who will use the Sand/Ice Melt Barrels? How often will the contractor need to replenish the Sand/Ice Melt Barrels? A17.������ For PSFB: only sand barrels are used. The sand in the barrels are used to spread sand, if needed, on sidewalks adjacent and leading up to facility entrances. The Facility Managers and the contractor use the sand in the sand barrels to mitigate ice and slick footing. The sand barrels are typically replenished after each storm. The magnitude of the storm will dictate how much sane was actually used. For CMSFS: barrels are used to store ice melt/slicer that�s used on sidewalks and building entrances. Ice melt doesn�t create a mess when tracked inside buildings. Slicer is used on roads, parking lots, and PL1 sidewalks. The contractor maintaining the sidewalk and building entrances will use the ice melt/slicer barrels. The contractor will replenish the barrels as needed, depending on the amount of snow and duration of the storm. Q18.����� During the site visit we saw grounds work that was associated with this contract being performed by Davey�s Tree Service. Does the government use other contractors (not the incumbent) to complete grounds work? If the government uses other contractors, will that work be deleted for the grounds contract? A18.������ For PSFB and CMSFS: No, the government only uses the prime contractor. The prime contractor has a sub-contractor they use. The contractor is responsible for the tasks identified in the contract. Q19.����� Who will be responsible for re-establishing the irrigation systems at the Medical Clinic? If the grounds contractor is responsible for re-establishing the irrigation system at the Medical Clinic, will the government pay the contractor or will the construction contractor? A19.������ For PSFB: The re-establishing of the irrigation at the Medical Clinic will likely be done by the contractor. The contractor will be paid to re-establish the irrigation via a task order. For CMSFS: N/A Q20.����� In the solicitation and attachment 6, the instructions to offerors states that relevant contracts must be $1M or more annually. However, the evaluation criteria in both documents lists the relevancy threshold as $1,375,000 per year. Can the government clarify which takes precedence? A20.������ The relevant threshold is $1,000,000.00- the solicitation and attachments have been corrected. Q21.����� We believe that requirements for subfactor 2 may artificially limit competition if limited to prime contractors only. Will the government consider subcontractor experience? A21.������ The government will consider work performed by a prime offeror in which they were either a prime or a subcontractor so long as it meets the criteria outlined in Subfactor 2. The Government does not have purview to any prime subcontractors, therefore, performance by subcontractors does not meet the intent of experience in Subfactor 2.����� Q22.����� In the solicitation and attachment 6, the maximum number of pages is limited to 14, including �no more than 2 pages for sub-factor 2.� However, the instructions also state that offerors may submit up to five efforts for consideration. Attachment 5, experience form, is two pages by itself. Will the government confirm that the maximum number of pages for subfactor 2 should be 10, with a limit of two pages per citation, and that the maximum number of pages for the volume should be 22 (10 subfactor 1, up to 10 for subfactor 2, and 2 for subfactor 3)? A22.������ The technical proposal is limited to 14 pages- 10 pages for Subfactor 1, 2 pages for Subfactor 2, and 2 pages for Subfactor 3. The intent of the 2 pages for Attachment 5 is for a concise answer to relevant experience.� This is not a past performance citation and no additional information outside of the attachment is required or requested. Subfactor 2 should not exceed 2 pages.� Q23.����� Is all tree work required to be performed by a certified arborist, or may some types be performed by groundskeeping personnel (for example, uncomplicated removal of saplings or small trees, pruning dead or damaged branches that can be reached from the ground, etc.)? A23.������ Tree Care and Tree Standards shall be performed IAW PWS 1.8.1.1 and 1.8.1.2, which require a certified Arborist to perform all arboriculture. The specific certification is outlined in 4.3.1 of the PWS. Q24.����� Are preservation of archaeological and historical sites or historic district or damage prevention requirements of this contract? A24.������ The museum compound has some facilities which are considered �Historic�.�� No extra maintenance is required to maintain these areas. Please pre-register for the site visit NLT 2:00PM, MST, 13 October 2021 and provide any questions regarding clarification to the solicitation NLT 19 Oct 2021. Contractors who fail to pre-register for the site visit will NOT be permitted to attend.�� Attachment 6 will provide the following in its�entirety.�� 1. NOTICE TO OFFERORS:� Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� This contract requires services to perform grounds maintenance services in accordance with (IAW) the attached Performance Work Statement (PWS). The resulting contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year ordering period plus a six (6) month option period to extend services. The solicitation is issued as a competitive 100% small business HUBZone set-aside. Maximum contract value is $9,990,000 with a Minimum guarantee of $2,500. The Government intends to award a Firm-Fixed Price (FFP) contract for NAICS code 561730, Landscaping Services.� This acquisition is a 100% small business, HUBZone set-aside. Joint venture agreements are allowable on competitive HUBZone set-asides; however, the joint venture agreement must be in accordance with the restrictions outlined in 13 CFR 126.616. If you are contemplating a joint venture on this project you must advise, in writing, the Contracting Officer as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date.� 2. PROPOSAL SUBMISSION: A.�General Instructions:� This section provides general guidance for preparing proposals, as well as specific instructions on the format and content of the proposal.� Throughout this solicitation, the term �Offeror� includes subcontractors, teammates and/or joint venture partners.� The Offeror�s proposal must include all data and information requested, and must be submitted in accordance with (IAW) these instructions.� Any Offeror who submits an incomplete package may be considered non-responsive.� The Offeror shall be compliant with the requirements as stated in the solicitation.� A proposal that is sufficiently documented to support technical capability and price in a complete, orderly and specific detailed manner will enable the Government to perform a thorough and fair evaluation. �Non-compliance with the instructions and solicitation may grounds to eliminate the proposal from consideration for contract award.� The Government intends to award a contract without discussions with respective Offerors, but reserves the right to hold exchanges should it be in the Government�s best interest.� Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation; alternate proposals will not be accepted.� B. Other than Certified Cost & Pricing Data. The Contracting Officer has determined there is a high probability of adequate price competition for this acquisition. �Upon examination of the initial offers, the contracting officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional data will be requested. �However, if at any time during this competition, the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit data other than certified cost and pricing data to the extent necessary for the Contracting Officer to determine price reasonableness.� Submission Requirements:� Documents submitted in response to this solicitation must be fully responsive to and consistent with requirements of the solicitation and Performance Work Statement (PWS).� Representations and Certifications.� See FAR 52.212-3 of this solicitation for complete instructions. This provision must be submitted with the Offeror�s proposal.� Representations and Certifications shall be included on Attachment 7, Contractor Submittal Form and shall not be included in Volume I or Volume II.� C. Proposal Preparation and Format Instructions.� This section provides general guidance for preparing the format and content of proposals.� Each volume shall be complete in itself.� To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein.� Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications and all PWS requirements.� Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. �Any exceptions shall be identified on Attachment 7, Contractor Submittal Form.� Page Limitations.� Page limitations shall be treated as maximums.� Total page count will be based on the printed proposal submission.� If page limitations are exceeded, only page 1 through the identified maximum pages will be reviewed for evaluation.� Excess pages will not be read nor considered in the evaluation of the proposal.� A page is defined as each face of an 8.5 x 11-inch sheet of paper containing information.� All information except for document numbers, page number, etc., shall be provided in an image area of 7 x 9 inches.� Two pages may be printed back-to-back on one sheet of paper.� However, this will be considered two (2) pages for the purpose of page count. �The background color of each page of the proposal submission shall be white.� 1 cover or title page is allowable and up to two (2) index pages are allowable for each Volume.� These three (3) pages do not count towards the total page counts.� The maximum number of pages for each volume is listed below.� TITLE� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � NUMBER OF COPIES� � � � � � �MAXIMUM NUMBER OF PAGES Attachment 7, Contractor Submittal Form� � � � � � � � � �1� � � � � � � � � � � � � � � � � � � � � � � No page limit Volume I Price Proposal� � � � � � � � � � � � � � � � � � � � � � � � �1� � � � � � � � � � � � � � � � � � � � � � � No Page Limit Volume II Technical Proposal� � � � � � � � � � � � � � � � � � � � 1� � � � � � � � � � � � � � � � � � � � � � � �Limit of no more than 14 pages (No more than 10 pages for sub-factor 1, no more than 2 pages for sub-factor 2 and no more than 2 pages for sub-factor 3).� Pages exceeding this amount will not be reviewed or considered for the purpose of the evaluation, including any pages in excess of the page limits for each sub-factor, as described above.� Text.� Text type should be Times New Roman or Arial, no smaller than 12-point with normal proportional spacing.� Illustrations and tables shall be no smaller than Times New Roman or Arial 10 point.� Text lines will be, at a minimum, single spaced. Tables, Charts, Graphs, and Figures.� Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. �These displays shall be uncomplicated, legible, and shall not exceed 11 x 17 inches in size. �11 x 17 pages may only be used for large tables, charts, graphs, diagrams and schematics and not for pages of text. For graphics, exhibits and figures, text shall be no smaller than Times New Roman or Arial 10-point font. �Text within tables shall be no smaller than Times New Roman or Arial 10-point font. �These limitations shall apply to electronic submissions. Proposal Clarity.� The proposal shall be clear and concise, and shall include sufficient detail for effective evaluation of the Offeror�s capabilities and for substantiating the validity of stated claims. �The Offeror�s proposal shall not simply rephrase, reiterate, or restate the Government�s own language, but rather shall provide a convincing and complete rationale describing how it intends to fulfill the requirement. �The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities and experience, and will base the evaluation on the information presented in the Offeror�s proposal. Electronic Submission.� Submit a signed and dated offer to the 21st Contracting Squadron, ATTN: Tracie Winfree, Contracting Officer, via email to tracie.winfree@spaceforce.mil, Jennifer Miller, Contracting Officer, jennifer.miller.61@spaceforce.mil, and John Sinclair, Contract Specialist, John.Sinclair.1@spaceforce.mil. ONLY EMAIL OFFERS WILL BE ACCEPTED.�� Offers must be submitted on the SF 1449 and other documents as specified in the solicitation. Offers must be received by the date and time specified in block 8 on the SF 1449.� E-mail proposals are the only acceptable format. �Send email proposals to all of the following:� tracie.winfree@spaceforce.mil, jennifer.miller.61@spaceforce.mil, and John.Sinclair.1@spaceforce.mil. �E-mail proposals must be received by the date and time specified in block 8 of the SF 1449 to be considered timely. �Any proposals received into the above-referenced email inboxes after the date and time in block 8, will be considered late and will not be considered.� It is the Offeror�s responsibility to ensure the Government receives its proposal on time.� It is recommended to not wait to the last moment to submit your proposal.� The Government is not responsible for proposals submitted electronically and not received on time.� D.�Acceptance of an Offer.� A written notice of award or acceptance of an offer 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.� Offerors must agree to hold the prices in their offer firm for 120 calendar days from the date specified for receipt of offers. E. Specific Proposal Instructions.� To assure timely and equitable evaluation of the proposal, the Offeror must follow the instructions contained herein. �The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� The response shall consist of three (3) separate parts; Volume I � Price, Volume II � Technical Proposal and Attachment 7, Contractor Submittal Form.� By submitting a proposal, the Offeror agrees to the contract terms and conditions as written in the solicitation, with attachments.� The SF1449, Solicitation constitutes the model contract. Attachment 7, Contractor Submittal Form. Offerors shall submit a completed contractor submittal form provided by the Government under Attachment 7 � Contractor Submittal form. Attachment 7 shall be returned in its entirety as a stand-alone document.� Attachment 7 shall not be submitted as part of Volume I or Volume II.� Volume I � Price Proposal.� The price proposal shall consist of the SF1449 and Attachment 3, Price List.� For the SF1449, complete blocks 12, 17a and 30a, b, and c.� In doing so, the Offeror agrees to the contract terms and conditions as written in the solicitation, with attachments.� The solicitation constitutes the model contract.� The Government will award task orders using the values on Attachment 3, Price list.� For attachment 3, Price List, the Offeror shall complete the Price List for the life of the contract.� The basic contract will be a 5 year ordering period, therefore there will be no options, however there is a tab for each performance year (1 February � 31 Jan).� All unit prices shall include all associated costs (General and Administrative (G&A) costs plus profit or fee, labor, materials etc).� This attachment will be included as an attachment to the contract and represent Firm-Fixed prices over the life of the contract.� All Prices shall not exceed two (2) decimal places (e.g., $100.50, $.75, $1,234.35) Attachment 3, Offeror�s shall only input their unit prices for task items under CLINs X001, X002, X003, X0004, and X005 for the Base Period and all out years.� CLINS X006 will not be included in the TEP, as this will be negotiated individually at time of any potential future Task Order awards. CLINs X0006 should be listed as $0.00 on the price list. �The monthly price �for CLINS X001 and X003 will be determined as follows:� The sum of all CLIN X001 Line items (0001-0023) divided by 12. The sum of all CLIN X003 Line items (0025 - 0041) divided by 12. These amounts will be rounded to the nearest penny.�� The Government will make award using the individual unit prices on attachment 3.� CLIN 0001, CLIN 0002, CLIN 0003, CLIN 0004 will be for the 5 year period and known performance needed.� CLIN 0005 is an estimate to be used for determining the contract value and included in the TEP.� The amount for CLIN 0005 is only an estimate and does not constitute the actual amount of work required. CLIN 0006 will be negotiated and priced per each order that arises. These amounts will be funded as funds or the need arises.� The Offeror�s proposed unit prices, as displayed on the Price Lists, will be incorporated into the resultant contract. Attachment 3, Price List, the Offeror shall insert proposed unit and extended prices for each Task Item Number (0001-0191) on each tab (Base, Ordering Year (1), Year (2), Year (3), Year (4), and 6 month option to extend). The six month extension shall be priced IAW FAR clause 52.217-8.� If the six month extension is used, it will be priced at the current period of performance rates. For evaluation purposes, the 6-month extension shall be proposed at the same rates as Year 4. Attachment 3 - Price List, shall be submitted in Microsoft Excel format with all formulas visible and all cells unlocked Volume II � Technical Proposal.� Each Offeror shall submit a technical proposal that addresses all technical subfactors and how they will meet or exceed the PWS requirements.� The technical proposal shall demonstrated an understanding of and approach to accomplishing the requirements specified in the Performance Work Statement (PWS).� Offers shall address the following Technical sub-factors: 1.) Snow Removal Response Plan; 2.) Experience, and 3) Permits, Licenses and Certificates. SUB-FACTOR 1: Snow Removal Response Plan: The Offeror shall submit a snow/ice removal response plan, no more than 10 one-sided (5 double-sided) pages that demonstrates understanding of and approach to accomplishing the requirements specified in the Performance Work Statement (PWS) regarding Snow Removal at CMSFS and PSFB. �The narrative should describe in detail each of the following sub-factor 1 requirements in the order described below. Provide an approach which demonstrates a clear and sound approach which meets PWS requirements for a timely snow removal.� The approach should include all contractor provided motorized equipment to be utilized at CMSFS and PSFB across 600,000 square feet of land as well as 15 miles of roadway, to include the time frames to services each area per equipment item and where each location the personnel will be responding from.� Provide an approach that shows a clear understanding of the requirements by providing staffing information to ensure that positions will be manned to meet or exceed PWS requirements.� The staffing information shall include, at a minimum, position titles, number of employees, certifications (if any), clearances and staffing hierarchy as applicable to execution of a timely and effective response. The approach shall also demonstrate an understanding of security requirements & plan for maintaining access to restricted areas requiring snow removal.� SUB-FACTOR 2: Experience: The prime offeror must submit information on Experience Form (Attachment 5) for a single effort or combined efforts (e.g. task order, purchase order, contract, etc.) performed or managed by the prime offeror as either a prime contractor or subcontractor clearly demonstrating a comprehensive understanding of tasks required to perform grounds maintenance services, performed concurrently, which meets ALL of the following criteria:� Each Offeror shall submit one (1) to five (5) efforts that encompass all orders and contracts combined that meet the required criteria below (2-4).� The Offeror need not submit 5 efforts if all criteria is met with less efforts.� Efforts must have been performed concurrently with at least 6 months overlap among contracts.� For example, if the Offeror has two (or more) concurrent contracts that each only meets part of the criteria listed below, that Offeror should include them only if all the periods of performance among the contracts overlap for a minimum of six (6) months.� If the two (or more) concurrent contracts do not have a minimum of 6 months overlap among each other, they should not be included.� The overlap time will only be considered valid if all six (6) months overlap occurred at the same time.� The intent is to show the contractor has experience with the minimum criteria listed below that has occurred at the same time.� The Government will contact the POCs provided and validate the dates, annual cost, ground maintenance & management of acreage, square footage and miles of coverage. Services shall be ongoing or completed within the past five (5) years from the issuance date of the solicitation. Services shall be for an annual contract amount of $1,000,000 or more. Performance must have included grounds maintenance & management of at a minimum of 50 acres and must have included snow removal & monitoring for a minimum of 600,000 square feet in addition to 15 miles of roadway. Experience Form (Attachment 5, Experience Form). �Attachment 5 shall be returned in its entirety.� The Experience forms shall be included in Volume II and shall not exceed 2 pages.� SUB-FACTOR 3: Permits, Licenses, and Certifications: The Offeror shall identify all appropriate permits, licenses, and certifications that demonstrate understanding of and approach to accomplishing all requirements specified in the Performance Work Statement (PWS).� Permits, licenses and certifications do not need to be submitted with Offeror�s proposal, but shall have valid permits, licenses and certifications identified in the PWS and technical proposals on day 1 of contract performance. F. Exceptions to Solicitation Requirements.� Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors.� Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Each exception shall explicitly reference each paragraph and/or specific part of the solicitation to which the exception is taken.� Offerors shall provide rationale in support of each exception taken, and fully explain its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation.� This information shall be provided in the format and content of the following Table and documented in Attachment 7: Solicitation Exceptions Solicitation Document: PWS, etc.� � �� � �� � � Page/Paragraph:�Applicable page and paragraph numbers Requirement/Portion: Identify the requirement or portion to which exception is taken Rationale: Describe why the requirement can/will not be met G. The Offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. H. For this solicitation, the Government will award a contract on an 'all or none' basis; multiple awards will not be contemplated. I. It is incumbent upon the interested parties to review SAM.gov frequently for any updates or amendments. �The Offeror shall provide evidence as required by any amendment that the Offeror's proposal incorporates all amendments to the solicitation (if applicable, see attachment 7, Contractor Submittal Form).� J. The Offeror shall complete the necessary Representations and Certifications in SAM.gov and supplemented in full text within this solicitation. �If Representations and Certifications in SAM.gov are completed, state accordingly in the proposal package (See attachment 7, Contractor Submittal Form).� If not complete, representations and certifications shall be included on attachment 7). 3. FORMAL COMMUNICATIONS:� Questions and requests for clarification or information concerning the solicitation must be provided in writing NO LATER THAN 19 October 2021 AT 11:00 AM Mountain Time. Answers will be compiled and posted electronically to the SAM.gov website: https://www.sam.gov/.� Questions should be emailed to all of the following: tracie.winfree@spaceforce.mil, jennifer.miller.61@spaceforce.mil and John.Sinclair.1@spaceforce.mil. �The subject line of all correspondence should reference the solicitation number (FA2517-21-R-0019).� 4. SITE VISIT INFORMATION� An organized site visit will be held 15 October 2021. �The site visit will be comprised of two (2) Parts, at two (2) separate locations. Pre-registration is required, instructions are below (Additional Requirements). If a potential Offeror does not pre-register, that Offeror will not be able to attend the site visit.� Prospective Offerors must arrive at the Peterson Space Force Base Visitors� Center, at 7:45 AM Mountain Time to check in. The first part of the site visit will last until approximately 11:00 am Mountain Standard Time (MST).� Offerors are responsible to plan for their own lunch. �A bus will depart from the Visitors Center promptly at 8:00 AM MST. �For the afternoon portion of the site visit, prospective Offerors must arrive at the Cheyenne Mountain Space Force Stati...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68a6737b64884bf0a22a65a129e6b9ec/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN06167360-F 20211031/211029230111 (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.