Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2014 FBO #4677
SOLICITATION NOTICE

S -- SNOW REMOVAL IN ANCHORAGE, AK - SOW & CLAUSES, QUOTE FORM & REPS & CERTS

Notice Date
9/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWV9904-14-01DT
 
Archive Date
9/29/2014
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
REPS & CERTS 52.212-3 QUOTE WORKSHEET SOW & CLAUSES This is a Service Disabled Veteran Owned Small Buesiness Set-Aside. (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWV9904-15-01DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (IV) This solicitation is being issued as a Service Disabled Veteran Owned Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $7.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 - Base Period; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for snow removal for the NWS Forecast Office located at 6930 Sand Lake Rd, Anchorage, AK 99502 in accordance with the statement of work for the period of seven (7) months (start date is contingent upon the date of award and availability of funds). Line Item 1001 - Option Period 1; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for snow removal for the NWS Forecast Office located at 6930 Sand Lake Rd, Anchorage, AK 99502 in accordance with the statement of work for the period of eight (8) months. Line Item 2001 - Option Period 2; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for snow removal for the NWS Forecast Office located at 6930 Sand Lake Rd, Anchorage, AK 99502 in accordance with the statement of work for the period of eight (8) months. Line Item 3001 - Option Period 3; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for snow removal for the NWS Forecast Office located at 6930 Sand Lake Rd, Anchorage, AK 99502 in accordance with the statement of work for the period of eight (8) months. Line Item 4001 - Option Period 4; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for snow removal for the NWS Forecast Office located at 6930 Sand Lake Rd, Anchorage, AK 99502 in accordance with the statement of work for the period of eight (8) months. (VI) Description of requirements is as follows: See attached Statement of Work which applies to Base Year and all Option Periods 1 - 4, and Department of Labor Wage Rates: WD 2005-2017, Revision No. 18, dated 07/25/2014, which can be found at: www.wdol.gov (VII) Period of performance shall be: Base Period for a SEVEN (7) month period Date of award through May 14, 2015 Option Period 1 for an eight (8) month period September 15, 2015 through May 14, 2016 Option Period 2 for an eight (8) month period September 15, 2016 through May 14, 2017 Option Period 3 for an eight (8) month period September 15, 2017 through May 14, 2018 Option Period 4 for an eight (8) month period September 15, 2018 through May 14, 2019 (VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014), APPLIES TO THIS ACQUISITION. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Quotes shall be fully executed and returned on the attached Quote worksheet. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are preferred and can be sent to Doris.P.Turner@NOAA.gov 3. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. PRE-BID SITE VISIT To request to be included in a site visit, contact James Nelson, Phone: 907-266-5120; email: james.a.nelson@noaa.gov at least 24 hours before the time of a visit. VENDORS ARE URGED AND EXPECTED TO INSPECT THE SITE WHERE SERVICES ARE TO BE PERFORMED AND 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. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to doris.p.turner@noaa.gov. Questions should be received no later than 4:00 P.M. MDT/MST, September 24, 2014. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (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. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Price and 2) Past Performance - quote shall include at least two references that can provide information pertaining to the offeror's performance of relevant work. Contractor's past performance evaluation will be based on responsiveness, quality, and customer services. The Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. The award date is contingent upon the availability and receipt of funding. (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2014), with its quote. SEE ATTACHED. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2014) applies to this acquisition: SEE ATTACHED (XIII) The following clauses are also applicable to this acquisition: SEE ATTACHED (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. MST/MDT on September 25, 2013. All quotes must be emailed (preferred) or faxed to the attention of Doris Turner. The email address is Doris.P.Turner@noaa.gov and the fax number is 303-497-3163. (XVI) Any questions regarding this solicitation should be directed to Doris Turner, Email address: Doris.P.Turner@noaa.gov (preferred) or by phone at 303-497-3872.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWV9904-14-01DT/listing.html)
 
Place of Performance
Address: NWS FORECAST OFFICE, 6930 SAND LAKE RD, ANCHORAGE, Alaska, 99502, United States
Zip Code: 99502
 
Record
SN03509263-W 20140914/140912235936-f51755ea3b6c6db225bac0a33921f15d (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.