SOLICITATION NOTICE
F -- Boundary Maintenance Services to be performed at the Harry S. Truman Lake Project near Warsaw, MO.
- Notice Date
- 5/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-11-T-0067
- Response Due
- 6/1/2011
- Archive Date
- 7/31/2011
- Point of Contact
- margie.slavens, 660-438-7317
- E-Mail Address
-
USACE District, Kansas City
(margie.a.slavens@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this acquisition is W912DQ-11-T-0067 and it is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. This RFP shall be set aside for small businesses and the associated North American Industry Classification System (NAICS) code is 561730 and the business size standard is $7M. FAR 52.212-1, Instructions to Offerors - Commercial, does apply to this acquisition with no addenda to the provision. FAR 52.212-2, Evaluation - Commercial Items, does apply to this acquisition. The specific evaluation criteria is as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Evaluation Factors: Factor 1 - Past Performance - will be evaluated for the quality of services, timeliness of performance, and customer satisfaction on other contracts performed. Factor 2 - Experience - Past experience in areas related to the work required in this solicitation. Factor 3 - Price 2. Relative Importance of Factors: Past Performance and Experience will be evaluated with equal importance. Price/Cost, while important, will not be scored but will be evaluated for reasonableness and will be a consideration in the final selection decision. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. This provision is included in this combined synopsis/solicitation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses are checked as being applicable in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt 1 52.219-6, Notice to Total Small Business Set Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor (JUNE 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37, Employment Reports for Veterans 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration 52.222.41, Service Contract Act of 1965 (Nov 2009) FAR 52.214-13, Electronic Bid Submission does apply to this acquisition. FAR 52.217-8 Option to Extend Services does apply to this acquisition. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.232-18, Availability of Funds does apply to this acquisition. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) OFFERORS INTERESTED IN RESPONDING TO THIS RFP MUST SUBMIT THEIR PROPOSAL ON THE ATTACHED SYNOPSIS/SOLICITATION. Award will be made to the offeror providing the best value. Any questions regarding this synopsis/solicitation must be submitted by e-mail to the point of contact below. In accordance with FAR 52.212-1(k), the prospective awardee shall be registered and active in the Central Contractor Registration (CCR) database prior to award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov/ or by calling (888) 227-2423 or (269) 961-5757. PROPOSAL INFORMATION: Proposal is due by 10:00 am CST on Wednesday, June 1, 2011 at the Harry S. Truman Project Office, 15968 Truman Road, Warsaw, MO 65355. Proposals may be submitted via email to Margie.A.Slavens@usace.army.mil; via facsimile to 660-438-7815; in person; via delivery service; or via U.S. Mail to the above address. At a minimum, responsible sources shall provide the following: * A signed proposal sheet for ALL ITEMS including optional services * Past Performance Questionnaire - Maximum of three (3). * Work Experience Statement * Proof of Technical Capability as follows: 1. Contractor must be licensed by the State of Missouri to provide vegetation control in the categories used in the performance of this contract. Proof of certification and licensing shall be provided prior to contract award. 2. Contractor must have access to the equipment necessary to carry out the tasks within the SOW. 3. Contractor must furnish Proof of Insurance in the form of a copy of the insurance policy or a binder issued by the insurer. Proof of proper insurance shall be furnished prior to the post-award conference. WAGE RATES: U.S. Department of Labor wage rates apply to this procurement, and appear as an attachment. They also may be obtained from Margie.A.Slavens@usace.army.mil SPECIFICATIONS: Performance Work Statement is provided as an attachment. Schedule: All work shall be completed no later than 31 March 2012. Please direct contractual questions to Margie.A.Slavens@usace.army.mil, Telephone Number (816) 389-3606. Please direct technical questions to Danny.l.sandersfeld@usace.army.mil, Telephone Number (816) 389-3930. The Government reserves the right to cancel this combined synopsis/solicitation. (End of Synopsis)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-T-0067/listing.html)
- Place of Performance
- Address: USACE District, Kansas City, Harry S. Truman Project Office 15968 Truman Road Warsaw MO
- Zip Code: 65355
- Zip Code: 65355
- Record
- SN02449931-W 20110519/110517234637-64452a693886c01289970cb6cb316f28 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |