Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOLICITATION NOTICE

F -- Sand Country Seeding and Vegetative Maintenance Project - AG-3C78-S-17-0048 Combined Synopsis Solicitation RFQ Documents

Notice Date
7/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Natural Resources Conservation Service - Contracting Services Branch - Team 3
 
ZIP Code
00000
 
Solicitation Number
AG-3C78-S-17-0048
 
Archive Date
8/26/2017
 
Point of Contact
Amy J Smith, Phone: 509-323-2925
 
E-Mail Address
amy.smith2@wdc.usda.gov
(amy.smith2@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AG-3C78-S-17-0048 Attachment 4 Wage Determinations AG-3C78-S-17-0048 Attachment 3 Vendor Information Sheet AG-3C78-S-17-0048 Attachment 2 Quote Sheet AG-3C78-S-17-0048 Attachment 1 Maps and Specifications AG-3C78-S-17-0048 Combined Synopsis Solicitation COMBINED SYNOPSIS/SOLICTITATION For Sand Country Seeding and Vegetative Maintenance Project Marquette and Adams Counties, Wisconsin PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. ii. The solicitation number AG-3C78-S-17-0048 is being issued as a Request for Quotation (RFQ). The acquisition procedures at FAR Parts 12 & 13 are being utilized. The Government anticipates the award of a firm-fixed-price, commercial contract. Award will be made to the responsible offeror whose quote responds to the terms of this RFQ and is the best value for the Government. It is estimated that the magnitude of the project is under $100,000. iii. This RFQ documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-95 effective January 19, 2017. iv. This solicitation is being conducted as a 100% small business set-aside. The North American Classification System Code (NAICS) is 115112; the size standard is $7.5 million. For more information on size standards visit http://www.sba.gov/size. Active SAM registration is required in order to be awarded this contract and must remain active throughout the period of performance. v. Contract Line Item Numbers (CLINS): see attachment 2 vi. Description of Services: The Contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified) to perform the to perform the Statement of Work/Specifications as described in this solicitation and attached drawings, practice standards, wage determination, etc. vii. Date(s) and Place(s) of Delivery and Acceptance: The estimated performance period is September 2017 through August 2019. Place of performance is in Marquette and Adams counties, Wisconsin. An organized site visit will not be held, if you would like to visit the site, please contact Scott Doherty, Soil Conservation Technician in Westfield, Wisconsin at (608) 296-2819 x 110 or scott.doherty@wi.usda.gov. viii. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors must read and follow the additional instructions contained within this solicitation to receive consideration. ix. FAR Provision 52.212-2, Evaluation - Commercial Items (JAN 1999) One (1) Firm Fixed Price (FPP) contract award will be issued for the aggregate of all items to a Responsible Offeror with the most advantageous offer to the Government based on the solicitation requirements. 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 offeror'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. x. Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This must be completed at SAM.gov and the registration in an "active" status. xi. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda are not attached. xii. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6 Notice of Total Small Business Set-Aside (November 2011) 52.219-28 Post Award Small Business Program Rerepresentation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (Sept 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) 52.222-50 Combatting Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (July 2013) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55 Minimum Wages Under Executive Order 13685 (December 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) xiii. Additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices: CONTRACTING OFFICER'S AUTHORITY The Contracting Officer (CO) is the only person authorized to approve changes in any of the requirements of this contract. This authority remains solely with the CO. In the event that the Contractor effects any change at the direction of any person other than the CO, the change will be considered to have been made without authority and NO adjustment will be made in the contract price to cover any INCREASE in costs incurred as a result thereof. CONTRACTING OFFICER'S REPRESENTATIVE The Contracting Officer's Representative (COR) is an individual designated in writing by the Contracting Officer (CO) to act as an authorized representative of the CO to perform specific contract administrative functions within the scope and limitations as defined by the CO in the COR's appointment letter. This letter specifies the extent of the COR's authority to act on behalf of the CO. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery or any other term or condition of the contract. Any subsequent change to the COR or COR responsibilities will be confirmed, in writing, by the CO. A COR does not have the authority to and may never - 1. award, agree to, or execute any contract, contract modification, or notice of intent; 2. obligate, in any way, the payment of money by the Government; 3. make a final decision on any contract matter which is subject to the clause at FAR 52.233-1, Disputes; or 4. terminate, for any cause, the contractor's right to proceed. If the contractor does not receive a copy of the COR appointment letter, the contractor is required to request a copy of it from the CO prior to commencing work. Individuals not designated in writing as a COR by the CO are not considered a COR and do not have the authority delegated to the COR. If the contractor considers any action or inaction by a COR, any other government employee (such as an inspector), or representative or agent of the government as a change to the contract terms and conditions they must notify the contracting officer immediately and not proceed with any such change until approved by the contracting officer DESIGNATED PAYMENT OFFICE CONTACT POINT The contact point described below coordinates the issuance of payments under this contract. If payment is not received within 5 days after the due date specified in the contract, contact the payment office designated below for information on when payment will be made. USDA, National Finance Center Administrative Payments Branch (APB) Telephone: (800) 421-0323 or (504) 426-6510 If questions arise on the amount paid, contact the contracting officer at the number or address shown in the contract. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PAYMENT PLATFORM (IPP) Invoices must be submitted electronically through the U.S. Department of the Treasury's Invoice Payment Platform System (IPP) or the Contractor must be willing to accept payment by Government purchase card. The Contractor must use the IPP website (https://www.ipp.gov) to register, access, and use IPP for submitting invoices. Contractor assistance with enrollment can be obtained by calling (866) 973-3131. Invoices submitted by means other than IPP will not be accepted unless the Contracting Officer authorizes alternate procedures in writing. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: - Itemization of the amounts requested; Subcontractor listing showing 1) each subcontractor and the total value of the subcontract, 2) the portion of the instant progress payment that will be made to each subcontractor, and 3) the total amount previously paid to each subcontractor; - Payment request certification from the clause; and - Release of claims (final payment only). "I, (Name of Contractor), do hereby release the United States of America from any and all claims and liabilities of any character whatsoever arising under and by virtue of contract number (Identify Contract) dated (Date) as amended, except as stated. - (Date of Release) (Signature of Contractor)"] 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. 452.204-70 Inquiries (Feb 1988) Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award. 452.209-71 Assurances Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (Deviation 2012-01) (Feb 2012) (a) This award is subject to the provisions contained in sections 738 and 739 of the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112-55, Division A, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it- (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the NRCS may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739, as amended and/or subsequently enacted. 452.211-74 Period of Performance (February 1988) The estimated period of performance is September 1, 2017 through August 31, 2019. 452.236-73 Archaeological or Historic Sites (Feb 1988) If a previously unidentified archaeological or historic site(s) is encountered, the Contractor shall discontinue work in the general area of the site(s) and notify the Contracting Officer immediately. 452.236-74 Control of Erosion, Sedimentation, and Pollution (Nov 1996) (a) Operations shall be scheduled and conducted to minimize erosion of soils and to prevent silting and muddying of streams, rivers, irrigation systems, and impoundments (lakes, reservoirs, etc.). (b) Pollutants such as fuels, lubricants, bitumens, raw sewage, and other harmful materials shall not be discharged on the ground; into or nearby rivers, streams, or impoundments; or into natural or man-made channels. Wash water or waste from concrete or aggregate operations shall not be allowed to enter live streams prior to treatment by filtration, settling, or other means sufficient to reduce the sediment content to not more than that of the stream into which it is discharged. (c) Mechanized equipment shall not be operated in flowing streams without written approval by the Contracting Officer. xiv. Please refer to the following documents which are hereby incorporated and made a part of this solicitation: • Attachment 1 - Work Statement, Maps and Specifications (57 pages) • Attachment 2 - Quote Sheet (1 page) • Attachment 3 - Vendor Information Sheet (1 page) • Attachment 4 - Service Contract Wage Determination (20 pages) xv. Offers are due no later than Friday August 11, 2017, 3:00pm CST. xvi. Offers will be directed to the following address: USDA NRCS Attn: Amy J. Smith, Contracting Officer 316 W. Boone Avenue, Suite 450 Spokane, WA 99201-2348 Emailed offers will be accepted. Quotes shall be submitted on company letterhead, signed, dated and sent via email to Amy Smith, Contracting Officer at amy.smith2@wdc.usda.gov no later than Friday August 11, 2017, 3:00pm CST. a. Pricing and Certifications Offerors may utilize attachment 2 to this solicitation to submit pricing quotations and to complete the following required certification: Certification at AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. The offeror must complete the certification by reading and checking the appropriate box(es). xvii. The Government intends to make an award based on the best value to the Government. In order to be considered, a contractor must submit the following in response to this RFQ (failure to provide this information will result in a non-responsive quote): 1. Completed Quote Sheet w/completed certification (Attachment 2); 2. Completed Vendor Information Sheet (Attachment 3); 3. Active/complete registration in SAM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f42cbfd7f7cd532e199de4259f17a18)
 
Place of Performance
Address: Marquette and Adams Counties, Wisconsin, United States
 
Record
SN04579023-W 20170715/170713235954-5f42cbfd7f7cd532e199de4259f17a18 (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.