Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2018 FBO #6029
MODIFICATION

F -- Purchase Tree Removal Service

Notice Date
5/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0041
 
Response Due
6/6/2018
 
Archive Date
6/21/2018
 
Point of Contact
Nelson, Colton
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: 140P6218Q0041 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. All responsible sources may submit a quote that shall be considered by the agency. The Solicitation Number is 140P6218Q0041 and is issued as a Request for Quotation (RFQ) under FAR Part 12 Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. The FAC is available at https://www.acquisition.gov/FAR. (ii) This is a total small business set-aside under NAICS Code 115310 - Support Activities for Forestry with a small business average annual receipts of 7.5 Million. Contractor registration is required on the System for Award Management (SAM) website, https://www.sam.gov in order to be considered for award. (iii) Site visits are not mandatory and have no set date. Contractors can call the Park Representative, Kimberly Houf at 573-323-4941, to schedule a visit. Site visits shall only be scheduled during the question and answer period of this solicitation. Once the question and answer period for this solicitation has closed questions presented at all site visits will be uploaded as an amendment to this solicitation. Additional written questions received during the question and answer period will be included in the same amendment. Answers to all questions received will be provided by the park in a reasonable amount of time after the close of the question and answer period. All questions must be submitted in writing to colton_nelson@nps.gov no later than 1200 P.M. CST, on 18 May 2018. (iv) Quotations provided are to be in accordance with the attached Statement of Work. (v-vi) CLIN 0010: Base: Bullhog of Trees on 28 Acre Site Labor Hours: _____________ Cost per Hour: $_____________ Material Costs: $_____________ Equipment Costs: $_____________ Total of Costs: $_____________ Quantity: 1Unit of Issue: EA _____________________________________________________________________________________________ CLIN 0020: Option: Bullhog of Trees on 20 Acre Site Labor Hours: _____________ Cost per Hour: $_____________ Material Costs: $_____________ Equipment Costs: $_____________ Total of Costs: $_____________ Quantity: 1Unit of Issue: EA _____________________________________________________________________________________________ (vii) Period of Performance: 45 Days after award of requirement (viii) Place of Performance:Ozark National Scenic Riverways 404 Watercress Dr. Van Buren, MO 63965 Work is being in the general vicinity of Lat 36 °54'47.813"N Long 90 °54'31.47"W FOB: Destination (ix) Additional Comments to Contractors: 1.Quotes are required to be received NO LATER THAN 12:00 P.M. CST, 25 May 2018. Submit written or electronic offers ONLY. Oral offers will not be accepted. 2.Question and comment period will close at 12:00 CST, on 18 May 2018. 3.Any questions must be submitted in writing. Please send any questions or comments to Colton Nelson via email with the subject as: OZAR - Tree Service. 4.Additional costs outside of the categories identified in the CLIN structure shall be identified in the contractor's quote. 5.Quotes shall be valid for 30 days. (x) The Attached Documents to this Solicitation Include: The Statement of Work Satellite Pictures of the sites showing boundaries and geographic information Ground level pictures of the sites Past Performance Data Sheet Clauses and Provisions: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-50, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Addendum to 52.212-2 Evaluation of Quotes (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Price 2.Technical Acceptance a.Interested offerors need to submit a Technical plan that addresses the requirements of the Statement of Work. Technical acceptance will constitute strict adherence to specifications provided. b.Provide specifications of proposed equipment that adhere to the limits allowed in the Statement of Work. 3.Past Performance a.Include past performance information for three relevant projects that occurred in the past 3 years. Please fill out and submit the Past Performance Data Sheet with the final package. The following clauses within 52.212-5 are applicable: 52.209-6 Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41 Service contract Labor Standards WD 15-5101 (Rev. -5) - Wage Determination No. 2015-5101, Revision No. 5 and Date of Revision 01/10/2018: 11210 Laborer, Grounds Maintenance 52.222-42 Statement of Equivalent Rates for Federal Hire Employee ClassWage Grade / Hourly Rate / Fringe Benefits Laborer, Grounds MaintenanceWG-3 / $11.97 / $4.34 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 (Jan 2017) (E.O. 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 52.233-3 Protest After Award The following provisions are included by full text: 52.237-1 Site Visit (APR 1984): Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 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. (End of provisions) 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: None 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0041/listing.html)
 
Record
SN04935307-W 20180527/180525230707-41f5dceb698fa1df2a7283a576108f61 (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.