Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
MODIFICATION

S -- ABB# 18-0024_Grounds Maintenance - PWS

Notice Date
9/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R1-18-T-0007
 
Archive Date
10/2/2018
 
Point of Contact
Sydney Marie Rinehart, Phone: 7036016823, Jacqueline Brown, Phone: 202 433-3142
 
E-Mail Address
ng.dc.dcarng.mbx.pc-requirement-request@mail.mil, jacqueline.m.brown.mil@mail.mil
(ng.dc.dcarng.mbx.pc-requirement-request@mail.mil, jacqueline.m.brown.mil@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
PWS 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W912R1-18-T-0007 is issued as a Request for Proposal (RFP) Grounds Maintenance Services. The DC Army National Guard require grounds maintenance at the D.C. Armory, 2001 East Capitol St., S.E., Washington, D.C. The period of performance is shall be for one (1) twelve (12) month base period, plus four (4) twelve (12) month optional periods. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-100. (IV) This acquisition is reserved for HUBZone Small Business concerns. The associated North American Industry Classification System (NAICS) code for this acquisition is 561730 - Landscaping Services, FSC code S208; with a corresponding small business standard of 7.5M. Only offers from HUBZone small businesses will be considered. (V) SCHEDULE OF SUPPLIES/SERVICES: (BASE YEAR) CLIN 0001 - Scheduled Grounds Maintenance Services: Contractor shall provide scheduled grounds maintenance services in accordance with the Performance Work Statement (PWS). (BASE YEAR) CLIN 0002 - Emergency Grounds Maintenance Services: Contractor shall provide emergency grounds maintenance services in accordance with the Performance Work Statement (PWS). (BASE YEAR) CLIN 0003 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (OPTION YEAR 1) CLIN 0001 - Scheduled Grounds Maintenance Services: Contractor shall provide scheduled grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 1) CLIN 0002 - Emergency Grounds Maintenance Services: Contractor shall provide emergency grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 1) CLIN 0003 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (OPTION YEAR 2) CLIN 0001 - Scheduled Grounds Maintenance Services: Contractor shall provide scheduled grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 2) CLIN 0002 - Emergency Grounds Maintenance Services: Contractor shall provide emergency grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 2) CLIN 0003 -Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (OPTION YEAR 3) CLIN 0001 - Scheduled Grounds Maintenance Services: Contractor shall provide scheduled grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 3) CLIN 0002 - Emergency Grounds Maintenance Services: Contractor shall provide emergency grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 3) CLIN 0003 - Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (OPTION YEAR 4) CLIN 0001 - Scheduled Grounds Maintenance Services: Contractor shall provide scheduled grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 4) CLIN 0002 - Emergency Grounds Maintenance Services: Contractor shall provide emergency grounds maintenance services in accordance with the Performance Work Statement (PWS). (OPTION YEAR 4) CLIN 0003 Contract Manpower Reporting Application (CMRA): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (VI) This solicitation is for the establishment of Ground Maintenance Service Contract. Refer to the attached Performance Work Statement for description of the requirement. (VII) Place of Performance: DC National Guard Armory, Joint Force Headquarters, D.C. Army, 2001 East Capitol ST SE, Washington, D.C. 20003 (VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. (IX) The Government intends to award a contract to the offeror providing the best value; that is, price and past performance. The Government reserves the right to award a contract without discussions with respective offerors. Specifications are stated in the CLIN descriptions above. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Contractor shall submit a complete offer to include: 1.) A detailed breakout of all pricing (via the Cost Proposal Template) 2.) Past Performance Questionnaire Past Performance Questionnaires - Offerors are required to submit three (3) past performance questionnaires only. Past Performance Questionnaires shall be submitted by the respondents that are completing the questionnaires; and sent directly to the USPFO Contracting office. If no past performance questionnaires are received, the offeror will receive a neutral rating. Moreover, past performance questionnaires shall be relevant; that is, similar to the tasks specified in the PWS. Non relevant past performance questionnaires will receive a neutral rating as well. Past Performance Questionnaires are due no later than (NLT) 12 PM EST, September 17, 2018. Offerors shall have the referenced sources submit the Past Performance Questionnaires directly to ng.dc.dcarng.mbx.pc-requirement-request@mail.mil. NOTE: If a Contractor does not submit the required information requested above, their quote may not be considered for award and determined technically unacceptable. (X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at http://sam.gov/. (XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. (XII) The clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive orders -- Commercial Items in its latest edition applies to this solicitation. In addition, the following clauses in their latest editions apply to this acquisition: FAR: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on contracting with Inverted Domestic Corporations 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Terms of the Contract 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award 52.219-28 Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-17, Nondisplacement of Qualified Workers 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements 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 52.224-3, Privacy Training 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.225-7000, Buy American-Balance of Payments Program Certificate. 252.225-7031, Secondary Arab Boycott of Israel. 252.225-7048, Export-Controlled Items. 252.232-7006, Wide Area WorkFlow Payment Instructions. 252.244-7000, Subcontracts for Commercial Items. (XIII) The following additional provisions are incorporated by reference: 52.212-1, (DEVIATION 2018-O0013) Instructions to Offerors-Commercial Items 52.219-1, Small Business Program Representations 52.252-1, Solicitation Provisions Incorporated by Reference 252.203-7005, Representation Relating to Compensation of Former DoD Officials. (XIV) Site Visit: The government will hold a site visit. Attendance of the site visit of where the work will be performed is highly recommended. Site visit will be held on 12 September 2018 beginning at 9:30 a.m. The location will be the D.C. Armory, 2001 East Capitol St., S.E., Washington, D.C. All attendees must complete the attached Base Entry spreadsheet and email it to the attention of Ms. Sydney M. Rinehart at sydney.m.rinehart.nfg@mail.mil and ng.dc.dcarng.mbx.pc-requirement-request@mail.mil two (2) days prior the site visit. You must have a valid picture ID when entering the base. (XV) All information relating to this solicitation, including, changes/amendments, questions, and answers will be posted on the following website: http://www.FBO.gov. Formal communications, such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition. http://www.FBO.gov. The questions and answers will be contained in a document titled "Questions and Answers." Offerors are requested to submit questions to the email address noted below not later than, 12 PM EST, September 13, 2018. E-mails must contain RFQ number in subject line. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). (XVI) All Offers are due no later than (NLT) 12 PM EST, September 17, 2018. All responsible sources that submit an offer, if timely received, shall be considered by the agency. All offers will be submitted by email to ng.dc.dcarng.mbx.pc-requirement-request@mail.mil and willie.c.weatherspoon.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R1-18-T-0007 /listing.html)
 
Place of Performance
Address: DC National Guard Armory, Joint Force Headquarters, D.C. Army, 2001 East Capitol ST SE, Washington, District of Columbia, 20003, United States
Zip Code: 20003
 
Record
SN05081724-W 20180912/180910231558-2fe72a9c7ae4e22b528b2a059922380d (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.