Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
MODIFICATION

S -- AFRL/RRS Grounds Maintenance Services - Site Drawing

Notice Date
3/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-12-R-0023
 
Archive Date
4/26/2012
 
Point of Contact
Bryant (Lackland) Soule, Phone: 315-330-4723
 
E-Mail Address
bryant.soule@rl.af.mil
(bryant.soule@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RRS Grounds Site Drawing 21 MARCH 2012 - ATTACHMENTS MODIFIED - INCORRECT DRAWING INITIALLY ATTACHED. PLEASE IGNORE THE DRAWING LABELED "ATCH 3 - AF GM PWS...". THE CORRECT SITE DRAWING IS NOW ATTACHED - "GROUNDS 2012A.PDF". Description 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-12-R-0023 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120312. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 561730 and small business size standard of $7 million average annual revenue. The contractor shall provide the following services on a firm-fixed price basis: All personnel, equipment, tools, supervision, and other items and services necessary to ensure that grounds maintenance is performed at Rome Research Site in a manner that will maintain healthy grass, trees, shrubs, and plants, and present a clean, neat, and professional appearance in accordance with the attached Performance Work Statement dated 14 March 2012. The area to be maintained is approximately 45 acres. OFFERORS MUST USE ATTACHED BID SCHEDULE TO INPUT BASE AND OPTION YEAR PRICES. NOTE that the Government will not provide utilities such as water during contract performance. The Contractor will be responsible for furnishing all utilities and equipment necessary to perform the work. There will also be no staging of equipment or supplies on government property. The base year period of performance is 01 May 2012 through 30 April 2013. The government contemplates awarding a contract with one base year plus four option years. If all options are exercised, performance under this contract will conclude on 30 April 2017. The place of performance is Air Force Research Laboratory/Rome Research Site, Rome, NY 13441. A pre-proposal SITE VISIT will be conducted at 8:00 AM (EST) on MONDAY 2 APRIL 2012. Contact Bryant Soule, Contract Specialist (315-330-4723 or bryant.soule@rl.af.mil), no later than 3:00 PM (EST) on FRIDAY 30 MARCH 2012 to ensure site access. All attending parties must be identified so security forms and gate clearances can be processed. The provision at 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due by 3:00 PM (EST) on 19 April 2012. Submit to: AFRL/RIKO, Attn: Bryant Soule, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to bryant.soule@rl.af.mil. (b)(10) The Government will evaluate the quality and extent of offerors' performance deemed relevant to the requirements of this RFP. Offerors shall submit past performance information to include recent and relevant contracts which demonstrate the ability of the offeror to perform the proposed effort. Please provide past performance information for no more than five (5) relevant contracts performed for Government agencies and commercial customers within the last three (3) years. To the maximum extent practicable, identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors, of your firm. Referenced past performance information should include contract numbers, points of contact with telephone numbers, and a narrative explaining the contract's relevancy to the solicitation. To be considered RELEVANT, performance must meet the following criteria: • Contract efforts that required mowing, edging, trimming, pruning, policing, and leaf removal of a lawn area at least 10 acres in size. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. Information may be obtained at http://www.ccr.gov or 888-227-2423. The provision at 52.212-2, Evaluation - Commercial Items (Jan 1999) applies. In addition to the information in paragraph (a), the following factors shall be used to evaluate offers: (i) PRICE and (ii) PAST PERFORMANCE. After considering all past performance data gathered by the Government for this solicitation, an offeror's past performance will be assigned a confidence rating based on the list below: -Substantial Confidence: Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. -Satisfactory Confidence: Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. -Limited Confidence: Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. -No Confidence: Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. -Unknown Confidence: No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. Past performance regarding predecessor companies, personnel who have relevant experience, or subcontractors will not be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history, or a performance record that is so limited that no confidence assessment rating can be reasonably assigned, shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. If the lowest priced evaluated offer is judged to have a Substantial Confidence performance assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to have a Substantial Confidence performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a Substantial Confidence performance confidence assessment or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. The representations and certifications in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2012) and Alternate I (APR 2011) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Offerors are required to complete only paragraph (b) of this provision and submit it with their proposal. In addition, offerors shall complete and submit the representations and certifications at 252.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005). For your convenience, paragraph (b) of 52.212-3 and 252.212-7000 are attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (FEB 2012), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before expiration of the prior contract period. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor before expiration of the prior contract period provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JAN 2012), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: • 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) • 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). • 52.219-6, Notice of Total Small Business Aside (NOV 2011) (15 U.S.C. 644) • 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637(d)(2) and (3)). • 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). • 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2) • 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) • 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). • 52.222-21, Prohibition of Segregated Facilities (Feb 1999). • 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) • 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) • 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) • 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) • (30) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). • 52.222-54, Employment Eligibility Verification (Jan 2009) (E.O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.). • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) • 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) • 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, et seq.) • 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) • 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2012), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: • 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207) • 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) • 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) (41 U.S.C. 10a-110d, E.O. 10582) • 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a) • 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227) • 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) • 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410) • 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) • 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) The following additional FAR and FAR Supplements provisions and clauses also apply (reference FAR 12.301): • 252.225-7000, Buy American Act--Balance of Payments Program Certificate (DEC 2009) • 252.232-7010, Levies on Contract Payments (Dec 2006) • 5352.201-9101, OMBUDSMAN (APR 2010) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-4407. • 5352.223-9001, Health and Safety on Government Installations (JUN 1997) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered. POINT OF CONTACT Bryant R. Soule, Contract Specialist, Phone 315-330-4723, FAX, 315-330-2555, Email bryant.soule@rl.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-R-0023/listing.html)
 
Place of Performance
Address: AFRL Rome Research Site, 26 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN02702702-W 20120323/120321235959-f930c43cf4cad5db9978a371cb4ff62f (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 |
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.