SOLICITATION NOTICE
B -- Wetland Monitoring / Plant Survey
- Notice Date
- 5/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1113 W. Aurora Road, Sagamore Hills, OH 44067
- ZIP Code
- 44067
- Solicitation Number
- P14PS00979
- Response Due
- 6/3/2014
- Archive Date
- 11/30/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- 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.The solicitation number is P14PS00979 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-03 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Brecksville, OH 44141 The DOI NPS MWR OHIO MABO requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Collection of vegetation data in 60 wetlands in Cuyahoga Valley National Park. Each wetland is identified by a wetland ID number. In each wetland, the contractor will collect two datasets: 1) a dataset characterizing all vascular plant species within an array of modules (see definition in this paragraph below), which we term an ?assessment area? and 2) a dataset characterizing the diameter of woody plant species within an assessment area For the purposes of this study, an assessment area refers to the collection of one or more contiguous square, 10x10-m ?modules?, more commonly referred to as ?plots? in vegetation sampling methodology handbooks., 1, AU; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS MWR OHIO MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS MWR OHIO MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. A.GENERAL: The Government will use a best value process for this informal source selection. Award will be made to the responsible offeror whose offer conforms to the solicitation requirements and provides the best value to the Government considering the stated technical factors and price. B.EVALUATION PROCESS: 1. Offers will be evaluated against the factors set forth in this Section. 2.Offers will receive a preliminary review to determine whether the proposal contains sufficient information, as required in the OFFERER INSTRUCTIONS, to allow the Government to perform a meaningful evaluation. If the results of this preliminary review indicate that the offer lacks sufficient information to allow a meaningful evaluation to be conducted, the NPS may eliminate the proposal from further evaluation and consideration for award. 3.An informal process will be used to evaluate the offers and a best value award decision will be made on the basis of non-cost factors and price as listed in Part C of this Section, Evaluation Factors. 4.The Government may elect to accept other than the lowest priced proposal when the perceived benefits of a higher priced proposal merit the additional cost. C.EVALUATION FACTORS: The factors to be evaluated are as follows: 1.Technical Factors: (a) Company specializes in or has sufficient documented direct experience in providing all labor, materials, tools, supervision and travel necessary to provide wetland vegetation collection and survey services to all sites listed in the attached Statement of Work titled "Survey of Wetland Vegetation in Cuyahoga Valley National Park? dated 2 April 2014. (b) All required licenses. 2.Past Performance: References from recent contracts similar to work described in the Statement of Work titled "Survey of Wetland Vegetation in Cuyahoga Valley National Park? dated 2 April 2014. 3.Price: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. If multiple contract line items are included in the price schedule, prices will also be evaluated to determine whether any line items are unbalanced. Offerors are cautioned to distribute costs appropriately. Technical and past performance, when combined, are more important than price. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A Copy of the paper invoice showing a breakdown of/for charges per line item. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email: IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.(b) The acceleration of payments under this clause does not provide any new rights under the PromptPayment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00979/listing.html)
- Place of Performance
- Address: Brecksville, OH 44141
- Zip Code: 44141
- Zip Code: 44141
- Record
- SN03375210-W 20140525/140523234259-5dae29ff2434c3f9d6b8299c28d3cc79 (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 |