Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2022 SAM #7576
SOLICITATION NOTICE

S -- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS : Services (labor, tools, equipment, materials, transportation and management) necessary to provide custodial and grounds maintenance at Blossom Point Research Facility located at Welcome, Maryland

Notice Date
8/26/2022 9:18:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX22Q0159
 
Response Due
9/2/2022 8:59:00 AM
 
Archive Date
09/17/2022
 
Point of Contact
Adaleta Dougherty, Phone: 3013946305, Douglas Dennard, Phone: 3013943371
 
E-Mail Address
adaleta.dougherty2.ctr@army.mil, douglas.c.dennard.civ@army.mil
(adaleta.dougherty2.ctr@army.mil, douglas.c.dennard.civ@army.mil)
 
Description
This amendment to solicitation is to add PWS, evaluation criterion which was inadvertently left in the original posting. This amendment also changes the submission date of proposal to 9/2/2022. COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: S2 2.� NAICS Code:� 561730 3.� Subject: Services (labor, tools, equipment, materials, transportation and management) necessary to provide custodial and grounds maintenance at Blossom Point Research Facility �located at Welcome, Maryland. 4.� Solicitation Number: W911QX22Q0159 5.� Set-Aside Code: 100% Total Small Busines Set Aside 6.� Response Date: Offers are due Five (5) business days after solicitation posting 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory ����������������������������� Blossom Point Research Facility 15000 Blossom Point Road Welcome, Maryland 20693 8.� ������������������� (i)� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. ������������������� (ii)� The solicitation number is W911QX22Q0159. This acquisition is issued as an request for quotation (RFQ) ������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. ������������������� (iv)� This acquisition is set-aside for Small Businesses.� The associated NAICS code is 561730. The small business size standard is s $8,500,000.00. ������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� CLIN 0001: Grounds Maintenance, Snow/Ice Removal, and Custodial Services CLIN 0002: Option Year One (1) (Grounds Maintenance,and Custodial Services) CLIN 0003: Option Year Two (2) (Grounds Maintenance, and Custodial Services) CLIN 0004: Option Year Three (3) (Grounds Maintenance, and Custodial Services) CLIN 0005: Option Year Four (4) (Grounds Maintenance, and Custodial Services) ������������������� (vi) �Description of requirements: Grounds Maintenance, now/Ice Removal, and Custodial Services at Blossom Point Research Facility located at 15000 Blossom Point Road, Welcome, Maryland. See attached Performance Work Statement (PWS) for full scope of work. ������������������� (vii) Delivery is required during Period of Performance from 01 October 2022 through 31 Janurary 2027. �Performance shall be completed at 15000 Blossom Point Road, Welcome, Maryland. Acceptance shall be performed at 2800 Powder Mill Road, Adelphi MD 20783. �The FOB point is Destination. ������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE� ������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� See attached Evaluation Criteria. ������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE ������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10��� REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6����� PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-6 DEVIATION 2020-O00008 �NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020) 52.219-28��� POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3����� CONVICT LABOR (JUN 2003) 52.222-19 DEVIATION 2020-O0019 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) 52.222-21��� PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26��� EQUAL OPPORTUNITY (MAR 2007) 52.222-35��� EQUAL OPPORTUNITY FOR VETERANS ACT (OCT 2015) 52.222-36��� AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37��� EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-50�� COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.222-54�� EMPLOYMENT ELIGIBILITY VERIFICATION (AUG 2013) 52.223-18 ��ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 ���RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 ���PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 ���PAYMENT BY THIRD PARTY (MAY 2014) 52.222-41�� �SERVICE CONTRACT ACT OF 1965 (MAY 2014) 52.222-42 ���STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) 52.222-55 ���MINIMUM WAGES UNDER EXECUITVE ORDER 13658 (DEC 2014) 52.222-62�� �PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (E.O. 13706) 252.203-7000��� REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 ���REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7������ SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13���� SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16����� COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18����� COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.204-24����� REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) 52.204-26������ COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES � REPRESENTATION (OCT 2020) 52.212-1�������� INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (JAN 2017) 52.212-2������� EVALUATION � COMMERCIAL ITEMS (OCT 2014) 52.212-3������� OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2021) 52.212-3 ALT I� OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JAN 2021) ALT I (OCT 2014) 52.232-40�������� PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.252-1 ��������SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2����� ���CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000 ��REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 ���DISCLOSURE OF INFORMATION 252.204-7012 ���SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.232-7003 ���ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 ���WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) ACC-APG POINT OF CONTACT GARRISON-ALC POINT OF CONTACTTECHNICAL POINT OF CONTACTARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012) AT-OPSEC REQUIREMENTS TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE EXERCISE OF OPTION DELIVERY OF DATA ITEMS RECEIVING ROOM REQUIREMENTS (ALC) PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (GARRISON) PAYMENT INSTRUCTIONS DFARS COMMERCIAL CLAUSES SUPERVISION OF EMPLOYEES WORK HOURS IDENTIFICATION OF CONTRACTOR EMPLOYEES GOVERNMENT-CONTRACTOR RELATIONSHIPS AUTHORIZATION TO USE GOVERNMENT FACILITIES REQUIRED INSURANCE COVERAGE COMMERCIAL ACQUISITION PROVISIONS & CLAUSES (DFARS) EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL FOREIGN NATIONALS PERFORMING UNDER CONTRACT �� ������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. ��������� (xv)� The following notes apply to this announcement:� ��������� ��������� (xvi)� Offers are due Five (5) business days after solicitation posting, by 11:59 AM EST, at douglas.c.dennard.civ@army.mil and adaleta.dougherty2.ctr@army.mil. ������������������� (xvii)� For information regarding this solicitation, please contact For information regarding this solicitation, please contact douglas.c.dennard.civ@army.mil, Phone: 301-394-3371 or adaleta.dougherty2.ctr@army.mil, Phone: 301-394-6305. Contracting Officer: �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/172c5418cc954aec918b0074ee95cf7d/view)
 
Place of Performance
Address: Welcome, MD 20693, USA
Zip Code: 20693
Country: USA
 
Record
SN06442770-F 20220828/220826230122 (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.