Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

S -- Tucson Landscaping Service Contract

Notice Date
6/1/2022 6:12:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP4510-22-Q-1018
 
Response Due
6/15/2022 2:00:00 PM
 
Archive Date
06/30/2022
 
Point of Contact
Jonathan Brown
 
E-Mail Address
jonathan.brown@dla.mil
(jonathan.brown@dla.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) 12 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is SP4510-22-Q-1018 and being issued as a request for quotation (RFQ). This is a Competitive Service Disabled Veteran Owned Small Business Set-Aside for Landscaping Service for DLA Disposition Services at 7030 E Irvington Rd., Tucson, AZ 85707. The NAICS code is 561730 with a size standard of $8,000,000.00. The requirement is for a total of 5 years: one year base period plus four 12-month option year periods. This requirement is being solicited as a Firm Fixed Priced Contract. Pricing must be Fixed Price for the entirety of services quoted. Service Contract Act Wage Determination # No.: 2015-5473 applies. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR. Landscaping services must be performed during normal installation work hours on the designated days excluding Federal Holidays. The performance of required services is as per the Performance Work Statement (PWS), including its service timeframes, which is attached to this solicitation. FAR & DFAR PROVISIONS AND CLAUSES 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the responsible contractor whose quote conforms to the solicitation and offers the lowest total price, including the option periods. 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.217-9 Option to extend the term of the contact (Mar 2000) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. MAR 2022 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities NOV 2021 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.222-50 Combating Trafficking in Persons NOV 2021 52.222-41, Service contract labor standards AUG 2018 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sep 2021) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving JUN 2020 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7020 NIST SP 800-171 DoD Assessment Requirements. MAR 2022 252.225-7048 Export-Controlled Items JUNE 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JAN 2021 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation DEC 2016 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 INSTRUCTIONS TO OFFERORS: Submit the attached bid schedule and send email to jonathan.brown@dla.mil no later than June 15, 2022. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are required to include the bid schedule which is attached. The bid schedule shall be completely filled out and including base period, option periods, and total bid for the 5 years contract. Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/77545a0d07034eff94b7a4cdbc264b6f/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN06343923-F 20220603/220601230104 (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.