SOLICITATION NOTICE
S -- Temporary Services for Grounds and Service Support
- Notice Date
- 11/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- Reference-Number-05-193-3382
- Response Due
- 11/29/2004
- Archive Date
- 12/14/2004
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 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 Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-19. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 561320. All interested parties may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for temporary services in the Grounds and Service Support, Alteration and Maintenance Group, of the Plant Division. The major type of the work will consist of: fall leaf clean-up; trash removal; snow removal, cutting trees (using an ax or chain saw) trimming trees and shrubs, and mulching and edging flower beds. On an infrequent basis, the work may also consist of: the use of heavy equipment (e.g., heavy power mower, chain saw, jackhammer) and tools (e.g., ax, pick, etc.) and typically includes (a) digging, grading, and sloping ditches and trenches with pick and shovel in compacted dirt; and filling and leveling holes in damaged roads; occasionally breaking up pavement with a jackhammer for short period of time; mixing and pouring concrete, asphalt, and hot mix; mowing grass with heavy walking-type power mower, cleaning and oiling mower and adjusting mower blades; and assisting with fence repairs, rough concrete work, excavation, grading, reseeding, and laying sod. Overtime and self initiative is required. Work will not be required on Federal holidays unless there is a requirement for snow removal. The time of services required is for 2 persons Monday through Thursday and 3 persons Tuesday through Friday, from 7:00am ? 5:30pm. Note that Wage Determination No. 1994-2103, Rev 32, dated 05/27/2004 is applicable to this requirement. CLIN 0001 ? 1 each, hour, fully burdened hourly rate, CLIN 0002 ? 1 each, hour, fully burdened overtime hourly rate. It is anticipated that straight time will be at a not to exceed level of 2500 hours, and the overtime at a not to exceed level of 100 hours. Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the qualifications of the company to meet the Government?s requirements to include information on a point of contact for out of hours work. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar services have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date the date services were completed. Past Performance shall be evaluated to determine the overall quality of the service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: (1) 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: (2) 52.212-4 Contract Terms and Conditions?Commercial Items; (3) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (4) 52.219-6 Notice of Total Small Business Set-Aside; (5) 52.222-3, Convict Labor; (6) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; (7) 52.222-21, Prohibition of Segregated Facilities; (8) 52.222-26, Equal Opportunity; (9) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (10) 52.222-36, Affirmative Action for Workers with Disabilities; (11) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (12) 52.232 33, Payment by Electronic Funds Transfer ? Central Contractor Registration; (13) 52.222-31 Services Contract Act of 1965; (14) 52-222-42 Statement of Equivalent Rates for Federal Hires; and (15) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** All interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line items; 2) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joan Smith, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-3571. *** Submission must be received by 3:00 p.m. local time on November 29, 2004, TELEFAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: Gaithersburg, Maryland
- Zip Code: 20899
- Country: US
- Zip Code: 20899
- Record
- SN00710065-W 20041120/041118211814 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |