Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2024 SAM #8123
SOLICITATION NOTICE

S -- Final Request for Proposal for NASA LaRC Grounds Maintenance and Pest Control Support Services II (LGMPCS II)

Notice Date
2/21/2024 2:18:28 PM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC23R0010
 
Response Due
3/19/2024 11:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
LaRonda Davis James, LaRonda Davis James
 
E-Mail Address
larc-lgmpcsii@mail.nasa.gov, laronda.l.davisjames@nasa.gov
(larc-lgmpcsii@mail.nasa.gov, laronda.l.davisjames@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Amendment 00001 -�Date: February 21, 2024 The purpose of Amendment 00001 is to: (1) Incorporate and release responses to questions submitted by Offerors in response the Final RFP; (2) Revise and incorporate RFP documents; (3) Extend the proposal due date from March 11, 2024 to March 19, 2024 at 2:00 p.m., EST. ________________________________________________________________ Date:� February 9, 2024 You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) Grounds Maintenance and Pest Control Services II (LGMPCS II) solicitation. The principal purpose of this requirement is to provide grounds maintenance (grass mowing, edging, herbicide treatment, green infrastructure vegetation control, landscaping, pruning, fertilization, and ditch and catch basin services), pest control services (pest identification and management, wildlife control, and preventative maintenance) and IDIQ task orders (removal of trees, shrubs and stumps, exploratory excavation, repair and replacement of grass areas, emergency clean-up, and pest control services, in addition to the baseline pest control services). The requirement for grounds maintenance and pest control services are in direct support of Langley Research Center, located in Hampton, VA. LaRC will serve as the buying office and administrator for this procurement. NASA will conduct this acquisition as an 8(a) set-aside competition.� The North American Industry Classification System (NAICS) code for this acquisition is 561730 and the small business size standard is $9,500,000. � This competitive acquisition will result in a Hybrid Firm-Fixed Price (FFP) with the ability to issue Indefinite Delivery Indefinite Quantity (IDIQ) task orders. The contract will have a total potential period of performance of five (5) years, including a 13-month base period (with a one (1) month phase-in included), four (4) 12-month option periods, and an option to extend services for up to 6-months per FAR clause 52.217-8. The anticipated contract award date is April 30, 2024, with an effective date after phase-in (if necessary) of June 1, 2024. The contract will be performed onsite at NASA Langley Research Center. Potential Offerors should pay close attention to all solicitation instructions; however, the� following requirements list is summarized to assist in proposal development.� Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in Sections E, Solicitation Provisions take precedence: 1. This procurement will be conducted using a Lowest Price Technically Acceptable (LPTA) approach as outlined in Section E.3. 2. A Phase-in period will be conducted (if applicable).� The phase-in period is currently estimated to be one (1) month. The phase-in period (if applicable) will not be priced separately and shall be included in the base period for total sum of the offeror�s overall price proposal. 3. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance. 4. NASA Langley Research Center appreciates the comments received in response to the release of the Draft RFP.� These comments resulted in improvements to the quality and content of the overall RFP.� Offerors should review the RFP in its entirety, as its contents have changed from the Draft RFP version.� The following list identifies some areas where significant changes or clarifications have been made from the Draft RFP to this final RFP that may not have been addressed in the Draft RFP questions and responses: RFP B.2, Contract Line-Item Numbers (CLIN) & Pricing Schedule: Table B.2.2-1, Contract Pricing Schedule was updated to address the period of performance. Table B.2.3-1, Pre-Priced IDIQ FFP Rate Schedule was replaced entirely to align with the requirements of the Performance Work Statement. RFP B.5, Contract Period of Performance: The anticipated period of performance (including phase-in period) has been pushed back to algin with the issuance of the Final RFP. RFP Section C, Contract Clauses: The contract clauses have been updated to reflect the full listing of anticipated contract clauses applicable for this procurement. RFP Section D, Contract Documents, Exhibits, or Attachments: Section D of the RFP has been updated. Removed Exhibit B Maps as a separate exhibit and incorporated maps into the Appendix section of Exhibit A, Performance Work Statement. Exhibit B is now replaced with Contract Documentation Requirements (CDR). Attachment E-04 now combines all historical information. RFP E.2.6, Communications Regarding this Solicitation: The date to send questions or comments has been updated. Offerors are encouraged to refer to the Pre-Solicitation Notice for any questions that may have already been answered. RFP E.2.7, Pre-Proposal/Pre-Bid Conference and Site Visit: This provision has been changed to reserved. The Government does not intend to host a pre-proposal conference with the release of the Final RFP. RFP E.2.8, Anticipated Award Date: The award date has been updated to align with the period of performance and issuance of the RFP. RFP E.2.9.1-1, Proposal Page Limitations: The page limit for the Technical Proposal have been changed to 25 pages. RFP E.2.9.2, Instructions for Technical Proposal (Technical Considerations) � Volume I: Contains revisions to further clarify the requirements for technical considerations outlined in the Technical Proposal. E.2.9.2.1(a)(1): Revised language to address the matrix of responsibilities. E.2.9.2.2: Revised language to clarify the requirement for grounds maintenance experience.E.2.9.2.3(b): Added language to clarify that offerors must explain how they plan respond within the timeframe for the requirement. Merely stating the offeror will comply with the timeframe will not suffice. RFP E.2.9.3 Instructions for Price Proposal � Volume II: Clarified what must be included in the Offeror�s Price Proposal to be suitable for evaluation. E.2.9.3(b): Added language to address what to include in the price narrative. E.2.9.3.1: Further clarified instructions on the completion of the Price Proposal Template. The Price Narrative and Attachment E-03, Contract Pricing Proposal Template, must be completed and submitted with the Offeror�s Price Proposal. The Price Proposal shall include the Offeror�s Total Evaluated Price for the base period (including the phase-in, if necessary) and all option periods (it does not include the 6-month extension per FAR 52.217-8). The IDIQ CLIN has a maximum not-to-exceed. Exhibit A, Performance Work Statement (PWS): Revised the PWS to include formatting, updated maps, and revisions to further clarify the requirement. PWS 1.2: Added quantity of paved roads and parking lots. PWS 2.5.2 and 2.5.3: Removed quantities from ditches and catch basins. Offerors are advised to refer to the maps. PWS Appendix 2: Added note to clarify nonconformances. Exhibit B, Contract Documentation Requirements (CDR): Added exhibit document in its entirety as part of contract requirements. Exhibit C, Wage Determinations (WD): Replaced since the DRFP with the most recent WD. Exhibit E, Green Infrastructure Handbook: Updated the handbook to reflect the most recent changes. Removed (lined out) green roof requirements. Attachment E-01, Blackout Notice: Added document in its entirety outlining NASA�s protocol for communications during this procurement. Attachment E-03, Contract Pricing Proposal Template: Contains revisions to align with the pricing instructions provided in solicitation provision E.2.9.3. When completing the pricing template confirm that the computations are accurate and complete. Attachment E-04, Historical Information: Contains updated historical information as it pertains to this procurement for routine scheduled/unscheduled grounds maintenance, standard labor categories, estimated quantities, and estimated resources. This list is not intended to cover all changes nor describe all RFP requirements.� Offerors should carefully review the RFP in its entirety. 5. Contractor Teaming Arrangements as defined in FAR 9.6 are allowable for this 8(a) set-aside. The Offeror shall provide a completed copy of the agreement signed by all parties (See 13 CFR �121.103[h]). 6. Determination of Responsibility will be made prior to award in accordance with FAR 9.1. Offerors should refer to FAR 9.1 for an understanding of the� responsibility requirements. 7. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. 8. Required fill-ins from the Offeror are generally highlighted in green and identified throughout the solicitation documents. However, it is the Offeror�s responsibility to ensure all required fill-ins are completed and that all proposal volumes are completed with proposal submission. If any fill-ins are not applicable, the Offeror shall state such. A listing of areas requiring fill-ins include, but may not be limited to: Standard Form (SF) 1449, Solicitation/Contract/Order for Commercial Items � one signed original of the SF1449 must be provided in the Business Volume III. Section B, Table B.2.1-1 Contract Pricing Schedule, and Table B.2.3-1, IDIQ FFP Rates Section E.2.9.3, Instructions for Price Proposal - Volume II, Attachment E-03, Contract Pricing Proposal Template Section E.4, Representations, Certifications, and other Statements of Offerors or Respondents. Offerors shall be responsible for completing provision 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, and any additional representations, certifications, or other statements required in Section E.4. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, in particular paragraph (g), which states that the Government intends to evaluate offers and award a contract without discussions with Offerors. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required all acquisition-related documents be released in Adobe Portable Document Format (PDF), with the exception of the RFP�s Price Volume. The Offeror�s Price Volume proposal shall include the Price Narrative in PDF and the completed Attachment E-03, Contract Pricing Proposal Template in Microsoft Office Excel format with working cell formulas. Instructions for proposal submission requirements can be found in the solicitation provision section E.2.9, Proposal Preparation and Submission Instructions, Table E.2.9.1-1, Summary of Proposal Submission Requirements. Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits,� any amendments and links to online reference/technical/Offeror�s library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. This RFP does not commit NASA Langley Research Center to pay any proposal preparation costs, nor does it obligate NASA Langley Research Center to procure or contract for these services.� This request is not an authorization to proceed and does not authorize payment for any charges incurred by the Offeror for performing any of the work called for in this solicitation. Proposals submitted in response to this solicitation shall be due in accordance with solicitation provision E.2.4, Late submission, modification, revisions, and withdrawals of offers, unless otherwise extended by amendment to the solicitation. Proposals for this solicitation are required to be submitted through NASA�s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform.� Potential Offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA�s EFSS Box� which provides instructions related to the submission of proposals via EFSS Box (see provision E.2.1).� Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel.� All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Specialist/Officer listed below. All questions regarding this RFP should be submitted in writing, electronically to the following Government representatives in accordance with solicitation provision E.2.6, Communications Regarding this Solicitation: LaRonda Davis James, Contract Specialist Daphne Darden, Contracting Officer Email: larc-lgmpcsii@mail.nasa.gov � CC: LaRonda.L.DavisJames@nasa.gov Offerors are encouraged to submit questions as soon as possible for consideration.� Thank you for your support.� We look forward to receiving your proposals.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c08057e8e6cb4579bcab75a004439f6c/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN06971958-F 20240223/240221230046 (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.