Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
SOLICITATION NOTICE

F -- Gavins Point Project Total Vegetative Weed Spraying - TE7 - Spraying Area Maps - SF1449, W9128F18Q0042 GP Total Veg Spraying

Notice Date
3/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F18Q0042
 
Archive Date
4/14/2018
 
Point of Contact
Monica L. Dwyer, Phone: 4029952726
 
E-Mail Address
monica.l.dwyer@usace.army.mil
(monica.l.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 (includes the FAR clauses, DFARs clauses, Performance Work Statement, Wage Determination and Price List) Maps of spraying areas ** READ THIS NOTICE AND THE ATTACHED SF 1449 IN ITS ENTIRTY TO ENSURE YOU MEET ALL THE SOLICITATION REQUIREMENTS PRIOR TO SUBMITTAL. ** Notice Type: This is a combined synopsis/solicitation for commercial items, as supplemented with additional information included and attached to this notice. Due to the complexity of the CLIN structure, the solicitation requirements including applicability of the provisions at FAR 52.212 (52.212-1 through 52.212-5), are in the attached SF 1449. This notice and the incorporated provisions and clauses set forth in the attached 1449 are those in effect through the Federal Acquisition Regulations (FAR). All responsible sources may submit a proposal. The Government contemplates an award of a Firm Fixed Priced (FFP) resulting from this solicitation; and will be issued as a Small Business Set-Aside. This is a non-personal services contract to provide vegetative control services at the Gavins Point Project. Services include chemical pesticide applications by various means by a licensed commercial pesticide applicator(s) to control weeds and other target vegetation on project lands for vegetative control within the designated work units, as specified in this contract. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. This is a fixed priced, performance based service contract where the Government defines and measures desired outcomes, while contractor methods are generally not constrained or directed. The purpose of this contract is to successfully control weeds and other target vegetation on project lands in accordance with the specifications in this contract. Site Visit: It is the prospective quoters responsibility to inspect work units and locations where services are to be performed to satisfy themselves as to all general and local conditions that may affect the cost of performance of this agreement. Therefore, it is highly encouraged that all prospective quoters come to the scheduled site visit on Thursday, 22 March 2018 at 10:00 a.m. prior to submittal of quote. The prospective quoter shall base their quote on their personal site visit/field assessments, rather than from any maps, aerial photos, or estimates that may be furnished by the Government as background information. Location is Gavins Point Project Office, 55245 Highway 121, Crofton, NE 68730, and RSVP to Zach Montreuil at (402)-667-2541 or email zachary.j.montreuil@usace.army.mil by 3PM on March 21, 2018. Place of Delivery: The work under this contract will take place at the Gavins Point Project. The Gavins Point Project is located approximately four (4) miles west and one (1) mile south of Yankton, South Dakota. The Gavins Point Project Office is located at 55245 Highway 121, Crofton, Nebraska 68730. All services under this contract will be performed at Gavins Point Project lands and facilities located in Yankton County, South Dakota and Cedar County, Nebraska. Periods of Performance: Base Period: 15 April 2018 through 14 April 2019 Option Period 1: 15 April 2019 through 14 April 2020 Option Period 2: 15 April 2020 through 14 April 2021 Date and Time Quotes are Due: Offer Due Date: 30 March 2018 Time: 2:00 PM (CST) Send completed quotation to Monica L. Dwyer at monica.l.dwyer@usace.army.mil Evaluation Criteria: (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is the best value to the Government. Quotations will be evaluated using the following factors: 1. Professional experience with chemical control of weeds: Please provide a written summary of your experience and expertise. The summary should cover the types of vegetation you have worked with and the treatment methods you have used. 2. Ability to provide appropriate equipment and staff: Please provide the type of equipment you have available to perform the required work and the level of experience/expertise for your crew members. 3. Past Performance - The quoter shall provide two references of projects related to chemical weed control activities completed within the past three (3) years. Experience consists of projects completed as a prime contractor or projects of qualified subcontractors that have the capabilities to perform this work. These references need to be equal to or similar in scope of this requirement. The contractor shall provide dates and pertinent information to demonstrate how they are comparable to this requirement in size and complexity. The contractor shall include points of contact, titles, telephone numbers, and email addresses (if available) for all references. Additionally, past performance may be based on the Contracting's Officer's knowledge of and previous experience with similar purchases acquired and any information contained in the Governmentwide Past Performance Information Retrieval System (PPIRS), contained at www.ppirs.gov. The quoter will receive a rating of exceptional for past performance that demonstrates successful completion of similar purchases on all references and the additional information retrieved from PPIRS and from the Contracting Officer is favorable. The quoter will receive a rating of satisfactory for past performance that has at least one reference that demonstrates successful completion of similar purchases and the information from PPIRS and the Contracting Officer is favorable. The quoter will receive a rating of unsatisfactory for past performance that does not demonstrate any successfully completed similar purchases on the references and the additional information from PPIRS and the Contracting Officer is not favorable. 4. Price: The prospective Contractor's proposed acre rates shall be inclusive of all costs that might be incurred during this agreement such as, but not limited to, mobilization fee, labor, fuel, chemical, mileage, equipment, rental fees, licenses, insurance, etc. The Contractor shall provide bid prices for all line items on the bid sheet. The Government may award an agreement resulting from this solicitation consisting of a single line item only or any combination of line items. Agreement work will include actual spray time as listed on the PAR and reasonable on-site set-up time. System for Award Management: Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. All amendments to this solicitation notice will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. ** READ THIS NOTICE AND THE ATTACHED SF 1449 IN ITS ENTIRTY TO ENSURE YOU MEET ALL THE SOLICITATION REQUIREMENTS PRIOR TO SUBMITTAL. **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F18Q0042/listing.html)
 
Place of Performance
Address: All services under this contract will be performed at Gavins Point Project lands and facilities located in Yankton County, South Dakota and Cedar County, Nebraska., United States
 
Record
SN04859268-W 20180321/180319231302-ce9258ec74896b34fda9a05f52d5df8f (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.