SOLICITATION NOTICE
99 -- Aerial Herbicide Treatment Craney Island VA - Herbicide Treatment Craney Island
- Notice Date
- 7/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123618Q0020
- Archive Date
- 8/3/2018
- Point of Contact
- Garland D Cooper, Phone: 7572017748, Danita Young, Phone: (757) 201-7136
- E-Mail Address
-
garland.d.cooper@usace.army.mil, danita.a.young@usace.army.mil
(garland.d.cooper@usace.army.mil, danita.a.young@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Labor Rates Craney Island VA Bid Schedule Craney Island VA Performance Work Statement Solicitation: W9123618Q0020 Agency/Office: U.S. Army Corps of Engineers Location: USACE District, Norfolk Title: Herbicide Treatment Services Craney Island VA Description(s): Aerial application of herbicide is necessary for the upkeep of the Craney Island Dredged Material Management Area in Portsmouth Virginia. This is a combined synopsis/solicitation for commercial services, reference solicitation number W9123618Q0020, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items in conjunction with Simplified Acquisition Procedures as authorized by FAR 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The successful offeror shall accept the binding order by written acceptance of the SF1449 to be issued at award, prior to undertaking performance. This RFQ is issued as a 100% set-aside for small business concerns. The NAICS code is 561710, Exterminating and Pest Control Services, small business size standard is $11 million dollars. The below Wage Determination is applicable to this solicitation: Portsmouth: Wage Determination No.: 1995-0317 Rev No. 41 Date of Rev 01/10/2018 Place of Performance: 4599 River Shore Road, Portsmouth VA, 23703-1513 See the attached Bid Schedule for additional information regarding performance locations. A site visit will be scheduled to assist Offerors in quote preparation. The site visit date is TBD. The site visit information is provided in the below paragraph. Questions in response to this requirement shall be submitted to the Contract Specialist, Garland Cooper via email at garland.d.cooper@usace.army.mil on or before Monday, 16 Jul 2018, 2:00pm EST. The Government may not respond to questions submitted after the date and time questions are due. To schedule the site visit, Offerors shall contact the Government point of contact, Jorel Nadal at (757) 201-7186 before Tuesday, 10 Jul 2018, 2:00pm EST. The Government may not honor site visit requests received after Tuesday, 10 Jul 2018, 2:00pm EST. The site visit will be limited to two persons per company. Offerors will be required to present a valid photo identification to gain access to the location. Unless otherwise specified in the proposed contract resulting from this solicitation, the Government is responsible for the performance of all inspection requirements and quality control. Inspection and Acceptance shall be at destination by the Government. Quote Submission Requirements: When submitting pricing for consideration, please provide a price in sufficient detail for the Government to determine your proposed pricing fair and reasonable for the total amount. Failure to address any of these areas of this RFQ may result in an "unacceptable" rating and disqualification for award. Proposals submitted will be evaluated by the total price for the basic requirement. The Government may determine that an offer is unacceptable if the total price is significantly unbalanced. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation offers the lowest price. Offerors shall provide the following company information: Company Name Address City State CAGE Code DUNS TIN Website Point of Contact Name Phone Email Clauses incorporated by Reference The following FAR provisions and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.204-7, System for Award Management 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.203-6, Restrictions on Subcontractor Sales to the Government 52.208-9, Contractor Use of Mandatory Sources of Supply or Services 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.243-Alt 1, Changes--Fixed Price 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests for Equitable Adjustment The above provisions and clauses can be found at http://farsite.hill.af.mil. All firms must be registered in the System for Award Management to be eligible for award. https://www.sam.gov/portal/public/SAM/. Registration is free and can be completed online. This acquisition is set-aside for the exclusive participation of small business concerns, provided that a minimum of two quotes, in accordance with this combined synopsis/solicitation, are received from responsible small business concerns whose quotes meet the solicitation requirements. If the Government receives only one such responsive quote from a small business concern, the Government reserves the right to make award to this source's quote or to withdraw the small business set-aside and award on the basis of full and open competition to any responsible offeror (including large business concerns). Quotes are due on or before Thursday, 19 Jul 2018, 1:00 PM (EST). Late quotes will be handled in accordance with 52.212-1(f). Offers shall be submitted electronically via email to the Contract Specialist, Garland Cooper, at garland.d.cooper@usace.army.mil. Responsible sources may submit a quote which shall be considered. Attachments: 1.Performance Work Statement(PWS) 2.Bid Schedule 3.Wage Rates
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123618Q0020/listing.html)
- Place of Performance
- Address: 4599 River Shore Road, Portsmouth VA, 23703-1513, Virginia, 23703, United States
- Zip Code: 23703
- Zip Code: 23703
- Record
- SN04981756-W 20180708/180706230516-9e93ee687384219ccb66a487bd1d8f57 (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 |