Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2016 FBO #5367
SOLICITATION NOTICE

Z -- Clear Trees and Landscaping at Naval Station Mayport Gates at 5 and 5A

Notice Date
8/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
N69450 NAVFAC Southeast, Mayport Bldg 1966, P. O. Box 280073 Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6945016Q5638
 
Response Due
8/26/2016
 
Archive Date
9/10/2016
 
Point of Contact
Bob Hallstein (904) 270-3218 Technical- Tim Gridley (904)270-3167
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS: (Also Attached) 1.INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N69450-16-Q-5638. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. This is 100% small business set aside. The North American Industry Classification System (NAICS) Code for this acquisition is 561730. The size standard is $7.5M. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. This solicitation is to support Naval Station Mayport Florida in providing required security observation ability at both Gates 5 and 5A by removing trees, growth, grass, and weeds as outlined in Attachment one (1). 2.SCOPE: This project will consist of creating a clear zone at Naval Station Mayport Gates 5 and 5A which will permit unobstructed security observation of the areas around the gates. Specifically the flowing applies: A.Gate 5 Requirements: In area A, as shown on attachment (1), clear all trees, growth, grass, and weeds. Leave nothing but grass at a height of 2-3 inches after all trees, growth, grass (high grass), and weeds have been removed. B.Gate 5A Requirements: 1. In areas B and C, as shown on attachment (1), clear all growth, grass, weeds and all trees that are smaller than eight (8) inch in diameter to a ground height of approximately two to three inches. All trees eight (8) inch diameter and larger will be trimmed so that the lowest branch of the tree is a minimum of twenty (20) feet in height. The Palm Trees over 8 that remain must be skinned (i.e. removing the remnants of the palm fronds) so that the trunks are smooth from the ground to the point of live branches. Trees being trimmed will be done so to commercial standards and in a uniform fashion not to produce future leaning or falling conditions. The Government will request the contractor to seek the advice of a certified tree arbor in situations that raise concern for the future health of the tree being trimmed. 2. In area B, as shown on attachment (1), remove all trees and vegetation within 5 ™ of the fence line. The eight (8) inch tree diameter requirement does not apply to this area and all trees will be removed. All trees and growth that have grown into or intertwined with the perimeter fence will be removed. All trees that are removed will have the stumps ground or removed to a ground condition that supports being mowed. All removed trees grass, weeds, or debris will be removed and disposed of by the contractor. 3. Reseed all areas that will be cleared as required to support a uniformed appearance that supports being mowed. Attachment one (1) provides a map of the fence line and areas being cleared and is as accurate as possible but is not to be used as the basis of the contractors estimate or rationale for future contract increases or time extension. This project requires attendance at a site survey being held on August 17, 2016 starting at 1 p.m. at Naval Station Mayport at which time interested parties will be escorted to the areas at gates 5 and 5A to survey the magnitude of this project (the companion project N69450-16-Q-5637, Clear Hanna Park Fence Line, site visit will be the same day starting at 9 a.m.). Bids submitted by contractors who did not attend, or were not represented, at the site visit will not be considered for award of this project. Site visit attendees must submit an email to timothy.gridley@navy.mil and cc robert.hallstein@navy.mil no later than 2 pm (EST), 15 August 2016 that includes the name of the company, the full names of all attendees, email and phone contact information and if you require base access to attend. All personnel attending must have two forms of identification; both issued by a State or Government entity, with one containing a photo. Offerors are expected to satisfy themselves as to the general and local conditions that may affect the cost of performance of the work, to the extent that such information is reasonably obtainable. It is considered impractical to determine, without inspection, the exact nature of the work and site conditions under which the work is to be performed. It is the contractors ™ responsibility to obtain required measurements, physical requirements and interferences (if any). Taking photographs of the areas covered by this requirement will be permitted as directed during the site visit. If attending the site visit, plan on walking the entire areas indicated in attachment one (1). This solicitation is intended to solicit œturn-key quotes to accomplish the statement of work as efficient and effectively as possible with minimal unplanned events. Performance bonds are not required for this project. 3.PERIOD OF PERFORMANCE: The Successful Offeror will have 90 days from contract award to complete the requirements of this solicitation as validated by the Government. Access to Naval Station Mayport will be provided (with the required documentation described in section two (2)) to support accomplishment of this requirement. SCHEDULE OF WORK: The work shall be so scheduled as to cause a minimum of interference to the normal operations of Naval Station Mayport. Work shall be accomplished between the hours of 7:30 A.M. and 4:30 P.M., Monday through Friday. If the Contractor desires to work on Saturday, Sunday, holidays, or outside of the Station ™s regular hours, an application may be submitted to the Contracting Officer for approval. 4.PLACE OF PERFORMANCE: Naval Station Mayport Jacksonville, Florida 32228-0067 5.TECHNICAL POINT OF CONTACT: Name: Tim Gridley, Facilities Manager Naval Facilities Engineering Command PWD Mayport Bldg. 1966 Bon Homme Richard St. Jacksonville, FL 32228 Telephone: 904-270-3167 Email: timothy.gridley@navy.mil 6.CONTRACTING POINT OF CONTACT: Name: Bob Hallstein, Contracting Officer Naval Facilities Engineering Command PWD Mayport Bldg. 1966 Bon Homme Richard St. Jacksonville, FL 32228 Telephone: 904-270-3218 Email: robert.hallstein@navy.mil 7.REQUIREMENT: The intent of this project is to acquire commercial landscaping and tree cutting and landscaping services to clear the areas at gates 5 and 5A of the NS Mayport as specified in paragraph 2 above and identified in attachment one (1). The contractor will provide all personnel, equipment, tools, supervision, and other items or services necessary to perform the removal of live trees, dead trees and/or stumps (to include grinding if required), clean-up and removal of all debris generated by removal and trimming operations and repair of any damage caused during the course of performing the statement of work outlined in section two (2) above. Specifics: The selected contractor will have sufficient personnel and equipment to accomplish the tree and stump removal requirement identified in this statement of work. The selected contractor will be required to provide proof of current insurance as outlined in FAR 52.228-5 Insurance-Work on a Government Installation. The selected contractor will have the ability to secure the advice of a certified tree arborist as required to ensure tree trimming is not detrimental to the trees being trimmed. All weeds, trees, branches and growth will be removed from the fence. The ground growth will be between 2-3 inches and support future mowing. All removed growth, weeds, grass, trees and branches will be cut, removed and disposed of by the contractor to achieve the 2-3 requirement. Staging areas will be provided to the contractor. Wood chips generated from saw cutting or stump grinding may be left on the ground but will not exceed the 2-3 maximum requirement. The selected contractor will use best commercial practices to safely complete the requirements of this statement of work. The selected contractor will provide the Government the safety requirements and practices being used to safely accomplish this statement of work. The selected contractor will be cognizant of environmental compliance and must comply with federal, state, local, and installation environmental regulations. Environmental requirements related to contractors working on Naval Station Mayport will be addressed at the site visit. Safety Requirements: The Selected contractor must meet all Occupational Safety and Health Administration (OSHA) guidelines and standards associated with this type of work. The Offeror shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (1) Experience Modification Rate (EMR): YEAREMR For the three previous complete calendar years, submit your EMR (which compares your company ™s annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Provide an explanation of any extenuating circumstances that affected the EMR, as required. An EMR greater than 1.1 may preclude award. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: YEARDART RATE For the three previous complete calendar years, submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Provide an explanation of any extenuating circumstances that affected the OSHA DART Rate data, as required. A DART Rate greater than 3.0 may preclude award. The Contractor shall maintain an accurate record of exposure data on all accidents incidental to work performed under this contract resulting in death, traumatic injury, occupational disease, or damage to property, materials, supplies, or equipment. The Contractor shall report this data in the manner prescribed by the Contracting Officer. A written safety plan, outlining the Contractor Safety Procedures, will be required for work under this contract, and is subject to acceptance by the PWD MAYPORT Contracting Officer prior to commencement of work. 8. Offer Evaluation and Award: The Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and is the lowest price. The following factors will be used to evaluate offers: Price Past Performance Technical (capability of offeror to safely meet the Government ™s needs) Offers should be submitted electronically by the date and time indicated below to robert.hallstein@navy.mil only. Offers should include as part of their submittal package the following information: 1. Company information to include: a. Firms name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address. b. Firms business size (large or small) and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.). 2. Past Performance to include the following information a. Identify at least 3 recent (within the past 5 years) Federal, State, local Government or private contracts that are similar in size and scope to this requirement. b. Dollar Value c. Dates of performance d. Name of Agency/Facility e. Point of Contact with contact information f. A brief description of the work effort to demonstrate the relationship between the reference contract and the proposed effort in this solicitation 3. Price quote. Price quote must be valid for 30 days. No options or condition will be accepted. An Offeror ™s initial quote should contain the best terms from a price and technical standpoint. All questions and concerns regarding this solicitation shall be directed to the Contracting Officer. Questions must be in writing, sent to robert.hallstein@navy.mil and received no later than August 19, 2016 and responses to this RFQ are due by 3 P.M (EST), August 26, 2016. Any changes to the solicitation and all Request For Information ( RFI ™s) (questions and responses) will be posted on FEDBIZOPS (www.fbo.gov) for the mutual benefit of all bidders. ADDITIONAL INFORMATION: Offer should be in sufficient detail to ensure that the technical team can determine the offer is capable of completing the requirements of the Statement of Work (SOW). System for Award Management (SAM): Contractors must be registered in the System for Award Management (SAM) prior to award of a DoD contract. For more information, see the SAM website at https://www.sam.gov. Remember to review the NAICS code listed in your SAM record and make sure that you have listed the NAICS code for this procurement. In order to participate in this solicitation, contractors shall complete electronic representations and certifications in SAM, as well. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the Government as the result of an award. If you are not registered you may request an application through the SAM website at https://sam.gov. Rapid Gate Information: The Navy has implemented a new security access program for the Naval Station Mayport. This program, called Rapid gate, will reduce expenses, reduce risk, and insure quicker access for people coming to the installation. You must either call 1-877-727-4342 or go online to http://rapidgate.com. Once the company is enrolled, your employees can register at the installation. If your company employees have been authorized the common access card (CAC), it is not necessary to enroll in the rapid gate program. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-89. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.204-10 Reporting Executive Subcontract Awards (JUL 2013) 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEV) (OCT 2015) 252.211-7003 Item Unique Identification and Valuation (DEC 2013) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JAN 2009) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.225-7048 Export Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272B/N6945016Q5638/listing.html)
 
Place of Performance
Address: Naval Station Mayport, Mayport, FL
Zip Code: 32228
 
Record
SN04204276-W 20160803/160801235618-7926ff34d42740c8d8410b530f79b5d7 (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.