Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
MODIFICATION

F -- Tri-Lakes Weed Control - Amendment 1

Notice Date
4/3/2018
 
Notice Type
Modification/Amendment
 
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
W9128F18Q0046
 
Archive Date
4/21/2018
 
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
Tri-Lakes Weed Control Amendment #1 for solicitation W9128F18Q0046 Updated 3 April 2018 Amendment posted to correct: 1. FAR 52.212-2 Addendum; Evaluation --Commercial Items paragraph (a)(2). 2. Update the approximate number of acreage in PWS paragraph 1.2, Scope of Work. 3. All changes will be denoted by yellow highlight and a line in the left column. 4. Provide updated maps showing correct acreage for: *Chatfield Dam Embankment (Figure 0001AA); acres was changed to 254.9 *Chatfield Outlet Works Channel (Figure 0001AB); acres was changed to 21.8 *Chatfield Spillway (Figure 0001AD); acres was changed to 99.5 --------------------------------------end of update------------------------------------- ** READ THIS NOTICE AND THE ATTACHED SF 1449 IN ITS ENTIRTY TO ENSURE YOU MEET ALL THE SOLICITATION REQUIREMENTS PRIOR TO SUBMITTAL. ** 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 Noxious Weed control of specified areas on Tri-Lakes Project lands to include: Chatfield Dam and Spillway, Spring Gulch Dam, Cherry Creek Dam and Spillway, and Bear Creek Dam and Spillway. Services include identification and control of noxious weeds on government land as specified in the weed control area maps. Place of Delivery: The work under this contract will take place at the Tri-Lakes Project Lands. Periods of Performance: Base Period: 1 April 2018 through 31 March 2019 Option Period 1: 1 April 2019 through 31 March 2020 Option Period 2: 1 April 2020 through 31 March 2021 Date and Time Quotes are Due: Offer Due Date: 6 April 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. Past Performance - The quoter shall provide a minimum of two references of projects related the same or similar projects(s) for a government agency or a non-government firm completed within the past three (3) years. Contractor shall demonstrate successful past performance in applying pesticides to heavily visited public lands and around water supply/ irrigation reservoirs and streams. Past performance shall also demonstrate successful applications to areas equivalent to or exceeding 750 acres. 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. 2. Technical Approach - Recommend appropriate chemicals and rates of application for specific application sites. Responses to Technical Exhibit 4 will be used for evaluation. 3. Support Equipment and Facilities - Ability to meet or exceed all requirements outlined in the scope of work. The contractor shall submit a document that provides an equipment list, and identifies the ability to complete the spraying in terms of the ability to obtain mixing water, and provide adequate personnel. After a preliminary consideration of all quotations, the government will identify from all quotations one that is the most suitable to the user and screen all lower priced quotations based on the readily discernible value factors (1-3) above. Past Performance, Technical Approach, and Support Equipment and Facilities when combined, are significantly more important than price. However, should two or more bidders be equal in evaluation score, price shall be used to break the tie. 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. 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. 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. 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. Please contact Scott Franklin at 720-922-3845 if you wish to schedule a site-visit. 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. Attachment SF 1449 (includes the FAR clauses, DFARs clauses, Performance Work Statement, Wage Determination, etc...) ** 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/W9128F18Q0046/listing.html)
 
Place of Performance
Address: Tri-Lakes Project lands to include: Chatfield Dam and Spillway, Spring Gulch Dam, Cherry Creek Dam and Spillway, and Bear Creek Dam and Spillway., United States
 
Record
SN04876468-W 20180405/180403231613-f46d6db88f4afa480bd07116da9f6018 (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.