Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

N -- Repair Irrigation System-DESO

Notice Date
3/4/2022 7:20:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
SER SOUTH MABO (54000) HOMESTEAD FL 33034 USA
 
ZIP Code
33034
 
Solicitation Number
140P5422Q0009
 
Response Due
3/28/2022 8:00:00 AM
 
Archive Date
05/15/2022
 
Point of Contact
Stefanos, Mary, Phone: 239-340-0068
 
E-Mail Address
Mary_Stefanos@nps.gov
(Mary_Stefanos@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5422Q0009 Posted Date: March 04, 2022 Response Date: March 28, 2022 Product or Service Code: N047 (Installation Of Equipment- Pipe, Tubing, Hose, and Fittings) Set Aside: Total Small Business NAICS Code: 221310 (Water Supply and Irrigation Systems) Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial services 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 2022-04 effective January 30, 2022. The FAC and FAR are available at http://acquisition.gov/comp/far/index.html. The associated North American Industrial Classification System (NAICS) code for this procurement is 221310 with a small business size standard of $30M. This synopsis page combined with the posted Standard Form 18 and attached photos make a complete solicitation package. A fully formatted and complete version of this solicitation with active links is also attached. 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 to repair the irrigation system at De Soto National Memorial. Contractor shall provide all labor, supervision, material, tools, equipment, supplies, operational testing, transportation and incidentals necessary to upgrade the irrigation system at De Soto National Memorial located in Bradenton FL 34209, Manatee County. The timer/controller for the sprinkler system shall be replaced with a modern multi zone model and shall be wired to the new valves using existing wiring. Sprinkler heads shall be replaced with new, appropriate style heads and in some cases repositioned to improve efficiency. The new components shall reuse existing PVC piping wherever possible. Zone valves, associated components and housing shall be replaced if needed. Existing Conditions: The existing irrigation system has been repaired multiple times and needs rehabilitation. Some sprinkler heads are positioned in inappropriate spots while several are malfunctioning all together. There are two zones in the system, with 3 valves each, totaling 6 valves. Although most of the valves work, some do not shut off promptly, due to malfunctioning diaphragms or solenoids. One of the sets of 3 valves is located on the edge of a mangrove swamp and is routinely under brackish water. This is a commercial system with mostly 2� PVC pipes. There are between 14 and 22 sprinkler heads connected to each of the valves, with a total of approximately 100 known sprinkler heads. All new equipment shall be approved by the COR prior to purchase and installation. The water supply pump was replaced recently and is in good working order. See attached photos. A. Modern multi zone (minimum of 6 zones) programmable timer/controller (similar to Rain Bird ESP 12-LX Plus model). In addition, the timer shall be both compatible with a remote control system (similar to -Remote Control Technology - Sidekick FM model) and a sensor system that interrupts watering when a wet condition is detected. B. 6 valves (replaced) C. Approximately 100 new sprinkler heads with appropriate style and size D. PVC pipe �� up to 2� and associated components. E. Protective pump house EXECUTION: A. Zones shall be isolated, and valves are to be replaced. B. Once all the valves in a zone are in good working order, all sprinkler heads shall be aimed for optimal coverage. C. Removal and repositioning of sprinkler heads from undesirable spots shall involve installing new PVC piping and necessary components. All pipe trenching shall be kept to a depth of four inches D. A diagram of sprinkler heads location shall be provided, in addition to an appropriate watering schedule. E. New timer shall be programmed with park personnel given appropriate operational training. See attached photos Damages: The Contractor shall repair any damage to Government property, at no cost to the Government. All damaged areas, especially turf, shall be returned to its original appearance and condition. Special Considerations: The Contractor shall cease work immediately and notify the COR, if during work any historical artifacts, archaeological findings or remains are discovered. Work shall resume only after careful examination by an authorized authority. Debris removal: The contractor shall remove and where practical, recycle all scrap materials and debris related to this contract. All materials shall be disposed of off-site. Hours of Operation: The Contractor shall complete on-site work during normal business hours of 7:30 am to 4:00 pm, Monday through Friday, excluding Federal holidays. The contractor shall coordinate specific on-site work schedule with the Contracting Officer and Contracting Officer Representative (COR) five days prior to performance start date. While on site, the COR may be reached by mobile phone during normal business hours. Any work outside of normal business hours shall be pre-approved by the COR and must be requested a minimum of 48 hours in advance. All new equipment shall be approved by the COR prior to purchase and installation. Performance Period: is anticipated to be 30 days, however, please indicate your best completion period from time of award. PERFORMANCE LOCATION: De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209. SITE VISIT: A site visit is scheduled for March 23, 2022 at 10:00am at De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209. 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 in writing to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on March 24, 2022. 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. All interested companies shall provide a quote for the job on the Standard Form (SF 18) to include your total price. Also include your DUNS number and your best timeline along with an acknowledge any amendments. ********************* 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� (Sep 2021) 2. FAR 52.212-2, `Evaluation � Commercial Items� (Jan 2017) 3. FAR 52.212-3, `Offerors Representations and Certifications�Commercial Items� (Jan 2021) 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: -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-Commercial Items� (Jan 2022) 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 (June 2020), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (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 (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), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-28, Post Award Small Business Program Representation (May 2020) (15 U.S.C. 632(a)(2)), FAR 52.219-30 (Mar 2020), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2022) (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 (Jun 2020) (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 (Jun 2020) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (Jan 2021) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (Jan 2021) (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 (Jan 2021), 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 (Jan 2022) (E.O. 13658) 52.202-01 Definitions. (NOV 2013) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (Jun 2020) 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 (Jan 2022) 52.204-13 System for Award Management Maintenance (Jul 2013) 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 (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 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 (Sep 2021) 52.219-6 Notice of Total Small Business Set-Aside (Mar 2020) 52.219-28 Post-Award Small Business Program Representation (Sep 2021) 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) 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. (Oct 2021) (DEVIATION) 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. (Jun 2020) 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) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) ************************************************************************************* SCA Wage Determination # WD 2015-4547 (Rev# 17) dated 12/27/2021 for Manatee County is applicable. It can be found at Manatee County SCA WD ************************************************************************************* 145.228-70- LIABILITY INSURANCE � DEPARTMENT OF INTERIOR (JULY 1996) (b) 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. **** Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DOI Agency Protests (a) Interested parties may request an independent review at a level above the Contracting Officer of protests filed directly with the agency. This review is available as an alternative to consideration of the protest by the Contracting Officer or as an appeal of the Contracting Officer's response to the protest. An interested party may: (1) Protest to the Contracting Officer; (2) Protest directly to the Bureau Procurement Chief without first protesting to the Contracting Officer; or (3) Appeal a contracting officer�s decision to the Bureau Procurement Chief. (b) Requests for Bureau Procurement Chief review should be addressed to: Mary Stefanos Mary_Stefanos@nps.gov c) Requesting independent agency review will not extend the Government Accountability Office�s (GAO�s) timeliness requirements. Any subsequent protest to the GAO must be filed within ten days of knowledge of initial adverse agency action (see 4 CFR 21.2(a)(3).) (End of Clause) 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, 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 quoters shall complete blocks 11e through 16 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. Your quote should contain only one (1) pdf with the completed SF18 and additional pages must include your DUNS number, a brief summary of your proposed technical approach, product literature along with an acknowledge along with an acknowledge any amendments in your email submitting your quote. You must include the Solicitation in the subject line of the email (140P5422Q0009) in all correspondence. 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 EDT on (March 28, 2022). 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 price and information from other sources to evaluate past performance. This includes, but is not limited to, Past Performance Information Retrieval System (PPIRS), reviews of past awards and modifications, etc. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. Price and other information obtained are all equally weighed. QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EDT on March 24, 2022 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. Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18a17371e9bf4822b1ea4b7fc3741976/view)
 
Place of Performance
Address: Bradenton, FL 34209, USA
Zip Code: 34209
Country: USA
 
Record
SN06257566-F 20220306/220304230100 (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.