SOLICITATION NOTICE
S -- Litter Pick-Up, Cleaning, Mowing-Trimming, Janitorial, and Landscaping Services for Facilities on the Bayou Bodcau Dam and Reservoir, Caddo Lake Dam, & Wallace Lake Dam and Recreation Areas in the State of Louisiana
- Notice Date
- 5/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-12-R-0005
- Response Due
- 6/11/2012
- Archive Date
- 8/10/2012
- Point of Contact
- Melinda Windham, 601-631-7063
- E-Mail Address
-
USACE District, Vicksburg
(melinda.windham@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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. Solicitation Number W912EE-12-R-0005 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The procurement is 100% set aside for competition among firms certified Service-Disabled Veteran Owned Small Businesses. The North American Industry Classification System Code (NAICS) is 561210 with a small business size standard of $35,500,000. All responsible Service-Disabled Veteran Owned certified small business sources may submit a proposal which shall be considered. It is the Government's intent to award one Firm-Fixed price contract for a base year with four one-year option periods. Award will be made to the responsible offeror whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. It is the Governments intent to make award without discussions. Performance Work Statement: USACE, Vicksburg District, has a requirement for a contract to furnish all necessary labor, equipment, fuel, supplies, transportation, supervision, and management necessary to ensure litter pick-up, cleaning, mowing/trimming, janitorial, and landscaping services are performed at the facilities managed by the U. S. Army Corps of Engineers - Vicksburg District at the Bayou Bodcau Dam and Reservoir, Caddo Lake Dam and Wallace Lake Dam, Louisiana. See the complete Performance Work Statement, Attachment 1, at the Additional Documentation link located in the Additional Info section below. Services/Prices Sheet (Proposal Sheet) This requirement may be quoted using the Services and Prices Sheet (Proposal Sheet) contained in Attachment 2. Please also complete the General Information Form contained in Attachment 2. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items (Jan 1999), is applicable to this acquisition. See the Evaluation and Selection Procedures section below. Evaluation and Selection Procedures: All proposals submitted will be evaluated for technical qualification. Information or data which is incorporated by reference or otherwise referred to may not be considered. The award will be made to the contractor whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. Technically qualified is defined as meeting the minimum requirements in Technical, Past Performance and Price as listed below. Significant factors that will affect contract award: 1. Technical - The Contractor shall provide documentation for management experience, management plan, Company Experience, and number of personnel and equipment to demonstrate that they have the capability to perform the required work and meet all schedules in the specifications. In order to be determined to be technically qualified, the offeror must demonstrate that it possesses experience on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills within the last three years such that the Government can make an affirmative determination that the offeror has sufficient experience to be able to perform the required services satisfactorily. 2. Past Performance - Reference FAR 52.212-1(b)(10) Instructions to Offerors - Commercial Items - Past Performance. 3. Price Prospective contractors must include with their proposal all information required by the Evaluation and Selection Procedures above or the proposal will be determined unacceptable. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2012), Alternate I (Apr 2011), with its offer. See Attachment 2 for the full text of version of 52.212-3, Alt I. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) applies to this acquisition. Wage Determination: Wage Determination Number 05-2236 (Rev.-16) is applicable to this requirement. The wage determination is included as Attachment 3. Clauses: The following FAR Clauses apply to this acquisition. The full text of all FAR provisions and clauses may be accessed electronically at http://www.farsite.hill.af.mil The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010), applies to this acquisition. The following additional FAR clauses cited in FAR Clause 52.212-5 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. 52.219-28, Post Award Small Business Program Re-representation (Apr 2009) 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.237-1 -- Site Visit 52.246-4 -- Inspection of Services -- Fixed-Price 52.249-2 -- Termination for Convenience of the Government (Fixed-Price) 52.202-1 Definitions JUL 2004 52.203-3, Gratuities (APR 1984) 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures OCT 2010 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.219-8 Utilization of Small Business Concerns JAN 2011 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification FEB 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements NOV 2007 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification NOV 2007 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts DEC 2007 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-6 Drug-Free Workplace MAY 2001 52.223-10 Waste Reduction Program AUG 2000 52.223-12 Refrigeration Equipment and Air Conditioners MAY 1995 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts MAY 2008 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-23 Assignment Of Claims JAN 1986 52.232-25 Prompt Payment OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 52.246-25 Limitation Of Liability--Services FEB 1997 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies DEC 2008 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.225-7013 Duty-Free Entry DEC 2009 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-1 Small Business Program Representations APR 2011 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 The following DFARS Clauses are applicable to this acquisition: 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government JUN 2010 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) The following additional clauses cited in DFARS Clause 252.212-7001 are applicable to this acquisition: 252.232-7010, Levies on Contract Payments (DEC 2006) Technical Inquiries and Questions All technical inquiries and questions relating to W912EE-12-R-0005 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click on continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-12-R-0005 The Bidder Inquiry Key is: G9SU8E-ZRCJJW Bidders are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For Help with the ProjNet System; the call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP Site Visit A site visit will be held on 22 May 2012. The site visit will begin no later than 10:00 a.m. at the Bayou Bodcau Project Office, 171 Ben Durden Road, Haughton, LA 71037. The purpose of the site visit is to allow interested vendors an opportunity to inspect the sites where services are to be performed in effort to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event, shall failure to inspect the site constitute grounds for a claim after contract award. Interested vendors who plan to attend the site visit should contact Mr. John White at 318-324-5472 alternate number 318-465-0904, or Shelley McDowell at 318-324-5470 alternate number 318-758-3425, at least 2 working days prior to the site visit. During the site visit, offerors shall not solicit advice or assistance from any Government employee pertaining to proposal preparation. Also, any advice or assistance provided by a Government employee pertaining to proposal preparation shall not, in any way, be binding upon the Government. Oral questions pertaining to the scope of work or other contractual matters will not be entertained during the site visit. Any questions concerning this RFP should immediately be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. Proposal are due on June 11, 2012, 1600 hrs CST at the USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39183-3435, ATTN: Leah McCain, CT-S. For information concerning this solicitation contact Leah McCain at Leah.B.McCain@usace.army.mil or (601)-631-7905. It is the offerors responsibility to monitor the FedBizOpps web page for the release of the Solicitation (and amendments, if any). All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) database. Offerors are encouraged to register online with the Online Representations and Certifications Application (ORCA) web page at https://orca.bpn.gov/ for representations and certifications. Paper copies of the solicitation will not be available. Any communications must identify the solicitation number, W912EE-12-R-0005, company name, address, phone number, including area code, and point of contact. No phone call request will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-R-0005/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02746501-W 20120513/120512000120-abaebe3cbd4e7e01ff0f2ba3d25a8e7a (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 |