Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2016 FBO #5273
SOLICITATION NOTICE

99 -- HQ Complex Fort Belvoir, VA Goose Management Services - Performance Work Statement for Goose Management Services

Notice Date
4/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-16-R-0426
 
Archive Date
6/15/2016
 
Point of Contact
constance v. house, Phone: 703-767-1168, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
constance.house@dla.mil, Beverly.J.Williams@dla.mil
(constance.house@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The attached PWS is to provide goose hazard management services at the Andrew T. McNamara Headquarters Complex (HQC) for a base year and four option years 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 issued as a Request for Proposal (RFP) SP4705-16-R-0426, 100% small business set-aside. This notice incorporates provisions and clauses in effect through FAC Circular 2005-87 Correction effective March 16, 2016. This acquisition is being conducted in accordance with FAR Parts 12, and 15. The NAICS code for this acquisition is 561210, Facilities Support Services. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM) website: https://www.sam.gov. This requirement in accordance with the attached Performance Statement of Work (PWS) is to provide goose hazard management services at the Andrew T. McNamara Headquarters Complex (HQC), 8725 K. Kingman Road, Fort Belvoir, VA 22060. The period of performance shall be a base year and four (4) option years: The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. 52.212-1 ADDENDUM- INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (OCT 2015) Offerors shall provide the following with their proposal Contract Line Items: Base Year, July 1, 2016 through June 30, 2017 Line Item 0001 On-Site Goose Hazard Management Services Option Year One (1), July 1, 2017 through June 30, 2018 Line Item 1001 On-Site Goose Hazard Management Services Option Year Two (2), July 1, 2018 through June 30, 2019 Line Item 2001 On-Site Goose Hazard Management Services Option Year Three (3), July 1, 2019 through June 30, 2020 Line Item 3001 On-Site Goose Hazard Management Services Option Year Four (4), July 1, 2020 through June 30, 2021 Line Item 4001 On-Site Goose Hazard Management Services (End of Clause) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management. Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the parts. Lowest Price proposal which passes the technical requirement under 52.212-2 will receive award. Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 222-50, 225-13, 232-33. with other other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. The contract resulting from this Solicitation Number SP4705-16-R-0426 will be awarded based on the following Technical evaluation factors: 1. Prepare a Goose Hazard Management Technical Approach for the Headquarter Complex (HQC) at Fort Belvoir, VA 2. Use of Working Dog (s) 3. Surveillance of DS-FFI Control Actions 4. Record Keeping and Reporting Technical requirements are the primary determining factors of an offeror's ability to perform. Offerors shall describe how plan to meet all mandatory requirements in the Performance Work Statement (PWS) and contract clauses. The Government will review proposals to determine whether or not and offeror had demonstrated an ability to meet the Government's requirements in accordance with the PWS. Offerors must demonstrate the ability to perform will at a minimum be determined "acceptable" for that requirement task. Depending on each contractor's capability, they may be determined to be outside the realm of acceptability and not provided and opportunity to revise their proposal if discussion becomes necessary. 2. Price: Each offeror's proposed price will be evaluated for reasonableness. The Government intends to award for a base year and four (4) option years. (b) 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) 52.237-1 Site Visit (APR 1984) SITE VISIT A site visit will be conducted on Wednesday, May 11, 2016 11:00 a.m. Eastern Standard Time, at the Andrew T. McNamara Headquarters Complex (HQC), 8725 John J. Kingman Road, Fort Belvoir, VA 22060. Offerors wanting to attend the site visit shall submit a written re quest i ncluding the full names, social security number, date of birth and gender and contact information of the individuals who are to attend the site visit to: Constance House, Contract Specialist, email address: constance.house@dla.mil. Individuals attending the site visit shall bring at least one (1) piece of photo identification, driver's license, proof of vehicle registration and vehicle insurance and arrive at least thirty (30) minutes prior to the site visit start time in order to clear security. Site Visit requests are to be submitted no later than 11:00 AM Eastern Standard Time Wednesday, May 4, 2016. Offerors are limited to two (2) attendees. During the site visit, attendees will be accompanied by Government personnel and given a tour of the site where services are to be performed. The Government will provide some general explanations concerning the work. However, no questions will be answered during the site visit. Therefore, it is recommended that individuals attending the site visit bring writing materials in order to write down questions they may have in order to submit them later to the Contract Specialist listed in herein. The Government will not be obligated to pay for any expenses incurred by the Offeror in connection with attending the site visit or any other aspect of responding to this solicitation. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: http://farsite.hill.af.mil (End of clause) To be awarded this contract, the offeror must be registered in the SAM. SAM information may be found at https://www.sam.gov/. Offerors are encouraged to obtain further information on SAM and ORCA registrations at the following two websites: https://www.sam.gov/ and http://orca.bpn.gov/. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. RESPONSES ARE DUE ON MONDAY, May 30, 2016, 11:00 am Eastern Standard Time. Offers received after this date and time will not be considered for award. Questions shall be submitted by FRIDAY, MAY 13, 2016, 11:00 am Eastern Standard Time. Offerors must submit proposals by email to: constance.house@dla.mil, and deliver to: Defense Logistics Agency, DCSO-Fort Belvoir, DLA Contracting Services Office, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. Offerors shall provide a technical and a price proposal. One redacted (without company name, CAGE Code, DUNS and Tax ID#) and one with the company name, CAGE Code, DUNS and Tax ID#. Electronic mail may be used to submit proposals provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Constance House at constance.house@dla.mil, if any technical questions. Fax responses will be accepted at 703-767-1130. The solicitation is distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-16-R-0426/listing.html)
 
Place of Performance
Address: 8725 John Kingman Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04100142-W 20160501/160429233956-72727eedc76dd5740c49af837ad09f03 (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.