Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
MODIFICATION

Z -- OZAR - Mold Remediation

Notice Date
4/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0027
 
Response Due
4/19/2018
 
Archive Date
5/4/2018
 
Point of Contact
Frank, Matthew
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: 140P6218Q0027 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 separate written solicitation will not be issued. (ii) This solicitation, 140P6218Q0027, shall serve as a Request For Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 (Effective 24 JAN 2018) [FAR obtained from AFLCMC HIBB via http://farsite.hill.af.mil/vffara.htm] (iv) The associated North American Industrial Classification Standard (NAICS) is 562910 Remediation Services, the business small business size standard is $20.5 million. This procurement is set-aside for Service Disabled Veteran-Owned Small Business ONLY. (v) CLIN 0010 Building 256 Wastewater Lab Mold Remediation Labor $_________ Material$_________ Total$_________ CLIN 0020 Building 236 Duplexes A & B Mold Remediation Labor $_________ Material$_________ Total$_________ CLIN 0030 - Building 237 Duplexes A & B Mold Remediation Labor $_________ Material$_________ Total$_________ CLIN 0040 - Building 254 Bathroom Mold Remediation Labor $_________ Material$_________ Total$_________ (vi) The National Park Services Ozark National Scenic Riverways is seeking a quotation for mold remediation within four structures, including two duplexes, within the Round Springs campground area IAW with the attached Statement of Work and independent mold assessments. (vii) Period of Performance: 30 Days from Award Place of Performance: 13020 Round Spring Campground RD Eminence, MO 65466 If using a GPS to navigate, use these lat/lon coordinates: 37.281347, -91.412004 Link to map of location: https://goo.gl/maps/yn1ZxHwsP6H2 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda are made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall contain at a minimum the following information: Company name, POC name, phone, and e-mail, service description, quantity, unit of measure, unit price, total price, and period of performance. All firms or individuals responding must be registered in the System for Award Management (SAM) (https://www.sam.gov) in order to be considered for award. IAW FAR 9.405(a); Contractors debarred, suspended, or proposed for debarment as listed in the SAM Exclusions Listing are excluded from receiving contracts, and agencies shall not solicit offers from, award contracts to, or consent to subcontracts with these contractors. IAW FAR 9.103, Purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See Addendum to 52.212-2 for evaluation factors. Addendum to 52-212-2 The Government will award a firm fixed-price contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the government. The following factors shall be used to evaluate offers: 1. Past Performance Include past performance information for three relevant projects that occurred in the past THREE years. Please fill out and submit the Past Performance Data Sheet and include with quote. 2. Technical Approach Offeror shall provide a technical approach demonstration how they will meet the requirements set forth in the statement of work. 3. Price The lowest priced offer with acceptable past performance will be selected. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See https://www.acquisition.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. The following clauses within 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards Wage Determination No. 2015-5105, Revision 5, Dated 10 January 2018 52.222.42 Statement of Equivalent Rates for Federal hires Employee Class Wage RateFringe 23370 General Maintenance $20.31/hr$7.36 52.222-50 Combat Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (xiii) Additional clauses applicable to this procurement: 1452.228-70 Liability Insurance. Liability InsuranceDepartment of the Interior (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $100,000 each person $100,000 each occurrence $100,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (End of clause) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendors Internal Invoice Document The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause) (xiv) Not Applicable (xv) Quotes are required to be received NO LATER THAN 16:00 P.M. CST, 19 April 2018. Submit written offers ONLY. Oral offers will not be accepted. All quotes must be sent to the attention of Matt Frank via email to matthew_frank@nps.gov. 1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. 2. Additional costs outside of the categories identified in the CLIN structure shall be identified in the offerors quote. 3. Quotes shall be valid through 19 May 2018 Please send any questions or comments via email to both Matthew Frank with the subject: OZAR Mold Remediation An organized site visit will be held at 1:00 PM on 12 April 2018 (see place of performance). Attendees shall RSVP no later than 24 hours prior. (xvi) For questions regarding this solicitation, please contact Matt Frank at matthew_frank@nps.gov or (314) 655-1685. Please include OZAR Mold Remediation in the subject line of emails. List of Attachments: 1. Statement of Work 2. Mold Testing Results 3. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0027/listing.html)
 
Place of Performance
Address: Ozark National Scenic Riverway 13020 Round Spring Campground Road Eminence MO 65466 USA
Zip Code: 65466
 
Record
SN04880863-W 20180407/180405232033-12a26b4f9102b13145f6d1a14eb970e7 (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.