Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2018 FBO #6239
SOLICITATION NOTICE

F -- Dennis Underwood Conservation Area Farming and Irr

Notice Date
12/21/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
115112 — Soil Preparation, Planting, and Cultivating
 
Contracting Office
Bureau of Reclamation<br />Lower Colorado Region<br />Regional Office<br />500 Fir Street<br />Boulder City<br />NV<br />89005<br />US<br />
 
ZIP Code
89005
 
Solicitation Number
140R3019R0005
 
Response Due
1/21/2019
 
Archive Date
2/5/2019
 
Point of Contact
Rodriguez, Diane
 
Small Business Set-Aside
Total Small Business
 
Description
(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; proposals are being requested. (ii) A request for proposal (RFP No. 140R3019R0005) is being issued subsequent to this combined solicitation/synopsis. The RFP and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" 140R3019R0005. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-101. (iv) This requirement is unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is: 115112 - Soil Preparation, Planting and Cultivating. The small business size standard for NAICS Code 541620 is $7.5 million. (v) Line item 0001 - Farming and Irrigation Services at Dennis Underwood Conservation Area, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement and is attached to the RFP at FedConnect.net (public opportunity reference number 140R3019R0005). Note: Offerors shall furnish pricing for the five year ordering period in Section B of the solicitation package. (vi) The Bureau of Reclamation, Lower Colorado Region has an ongoing requirement for the farming, irrigation and maintenance services to sustain the Dennis Underwood Conservation Area (Underwood) at a level appropriate for efficient water delivery, invasive weed control, road maintenance and general maintenance of the site. Underwood is located about 5 miles south of Palo Verde, CA. Underwood is in Imperial, CA, California Sections 25 and 36, Township 9 South, Range 21 East, San Bernardino Meridian. The site is east of the Palo Verde C-28 Irrigation Canal. Underwood is proposed for the creation of 635 acres of riparian habitat. The site includes about 7 miles of dirt and gravel road. The habitat is to be irrigated bi-weekly from February through October. Operation, inspection and maintenance of the water conveyance system includes: about 3 miles of canal, no more than 15 canal (Jack) gates, and no more than 250 field ports (slide gates). Water is ordered through the Palo Verde Irrigation District. Contractor shall provide all personnel, equipment, tools, permits, supplies, supervision, labor and transportation, and other items necessary to perform the monitoring services described in Attachment 1- Performance Work Statement. Reclamation anticipates awarding one Indefinite Delivery/Indefinite Quantity type contract with fixed price line items and two time and material line items as a result of this RFP with a five year ordering period. (vii) The performance will begin on or about February 1, 2019 and will be in place for five years. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFP. The following addendum is also applicable to this RFP. In addition to the requirements of the Instructions to Offerors - Commercial Items provision of this solicitation, each offeror shall submit a proposal in accordance with the instructions contained in 1452.215-81, General Proposal Instructions-Bureau of Reclamation, 1452.215-82, Technical Proposal Instructions-Bureau of Reclamation and 1452.215-83, Pricing Proposal Instructions. E.3 52.212-2 EVALUATION - COMMERCIAL ITEMS OCTOBER 2014 (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 four (4) evaluation factors shall be used to evaluate offers: 1. Technical Approach 2. Experience 3. Past Performance 4. Price (all proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing) Basis for award will be best-value "trade-off." (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the vendor's specified expiration time, the Government may accept a quote (or part of the quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Evaluation Criteria: Factor 1 - Technical Approach: Evaluation Factor: The Offeror's proposal shall include a description of their technical approach for achieving the tasks and objectives in the stamen of work (SOW). Technical proposal must reflect that the Offeror understands the requirements and has the expertise, available resources, and equipment required to successfully perform the tasks described in the SOW. The technical proposal shall be detailed enough to show that the Offeror is able to perform all work stated in the SOW. The Offeror is required to demonstrate technical approaches and methods that achieve the goals and objectives of this solicitation. A narrative describing understanding of flood irrigation to include procedures, irrigation schedule and activities during an irrigation cycle in 1 to 3-hour increments, preventative maintenance to canal systems, and general maintenance of canals, field boarders and check dams. Demonstrate ability to work with irrigation districts to coordinate water deliver for flood irrigation. Evaluation Standards: The government will evaluate for: 1) Irrigation approach reflects a good understanding of irrigation procedures, preventative canal maintenance and general site maintenance. 2) The proposal as submitted requires little to no discussion or clarifications and almost no performance risk is associated with awarding to this offeror. 3) Demonstrates the ability to work with an irrigation district to place water orders on shared canals with minimal to no impact to farmers sharing canals and meeting irrigation districts order requirements. Factor 2 - Experience: Evaluation Factor: It is considered important to the Government that the Offeror, their subcontractors, and key project and site personnel are available, committed, and have substantiated experience with work similar in nature to the work requirements contained within this solicitation. The Government views applicable experience in demonstrating knowledge of flood irrigation of Multi-Species Conservation Program riparian habitats along the Colorado River (or in a similar setting). The Offerors are to provide information on at least on project successfully completed in the last three years where the offeror was responsible for flood irrigation services, minor road and weed maintenance. The following information must be provided for each project. For each project referenced under the Experience Factor, the offeror shall submit one completed: Irrigation/Farming Experience Form; Attachment (4). i) Project Name & Description of Activities ii) Customer/Agency Name and Point of Contact Information (Phone numbers and email address are required) iii) Project Location (City & State) iv) Irrigation District v) Crop vi) Irrigation Method vii) Number of irrigators viii) Irrigation frequency ix) Date project started or completed (even if ongoing) x) Scope of Project - Total acres irrigated - timeframe Total acres maintained - timeframe xi) Narrative of farming services Evaluation Standards: The government will evaluate the experience for: 1) Experience for projects similar in scope, complexity, and magnitude to the work required under this solicitation. a) Experience of projects similar in nature would include: managing flood irrigation for multiple canal systems on 500 acre or more of land, flood irrigation of riparian habitat, efficient operation of canal and field ports to supply flood irrigation to a parcel of land about 110 acre or less in size without incident of major boarder breaches. Factor 3: Past Performance: Evaluation Factor: It is considered important to the Government that the Offeror have past performance work similar in nature to the requirements contained within this SOW. The Government views relevant past performance as involvement in projects that contain similar principal components of work (as defined above in Factor 2). The Offeror shall furnish a list of Federal, State, local Government or commercial projects similar in scope, complexity, and magnitude to the work required under this solicitation, which the Offeror has completed during the last 5 years. Be advised the Government will contact references and may obtain information from sources not provided by the Offeror. 1) The Offeror shall provide descriptions of the most recent contracts, which are closest in size and complexity to this contract. a) List only those contracts that are comparable in size, scope, and complexity (OR ¿that have components of work that are comparable in complexity ¿) to this solicitation. b) If an Offeror is newly formed and has limited past performance of projects of the same degree of complexity and magnitude as this solicitation as a firm but has key personnel who possess such experience or is a new business entity previously a part or division of another firm, it may submit the past performance information for those employees or firms. c) Provide the following information for each project: i) Name and location of project. ii) Description of work. iii) Original completion time and date, and actual dates and duration of each project. iv) Name, address and telephone number of owner. v) Initial contract amount and final contract amount (including modifications). vi) Percentage of work self-performed or subcontracted. vii) Any problems encountered in performance of the work and corrective action(s) taken. viii) Name, telephone number, e-mail address of at least one (1) reference from the acquiring customer who may be contacted for further information. ix) The Offeror shall provide each reference with a copy of the Past Performance Questionnaire (PPQ) in Section E and have the reference return the PPQ to Reclamation in accordance with instructions at the end of the form. 2) Offerors are encouraged to submit past performance information on projects where they performed work as subcontractors or as part of a team or joint-venture as well as on work where they performed as the prime contractor. Also, if the Offeror intends to use a partner arrangement and / or a subcontractor to perform on this work, past performance information should be submitted for them as well. Offerors shall specifically identify in their proposal any past performance shown that is attributed to current or to prospective employees and or subcontractors. 3) An Offeror or subcontractor without a record of relevant past performance for whom past performance is not available will be given a neutral rating. Evaluation Standards: The Government will evaluate the Offeror ¿s past performance. Subcontractor past performance will also be evaluated when Letter(s) of Commitment are provided and the work performed pertain the critical work components described in factor 1 and 2. The Government will evaluate information provided and the received PPQ from references. The Government will evaluate if work was completed on time, within budget, met quality standards and if the Offeror maintained good working relationships with the customers (additionally, large businesses will be evaluated for adherence to meeting subcontracting goals). In addition, the government will evaluate: 1) Information provided by the Past Performance Information Retrieval System (PPIRS). 2) The past performance for work on projects of similar scope, complexity, and magnitude to the work required under this solicitation. 3) The Government will view an Offeror without a record of relevant past performance for whom past performance is not available with a neutral rating. Factor 4: Cost/Price: Evaluation Factor: Provide cost data as required in accordance with WBR 1452.215-83, Pricing Proposal Instructions -- Bureau of Reclamation, JAN 1998. The price proposals will be evaluated against the Government Price Estimate, as well as other price proposals received. The estimate will be used as a benchmark for which the price evaluation will be conducted. The analysis of the variance between the Government's estimate and each offer and variance among the offerors will indicate whether further review is necessary in order to determine if the price is fair and reasonable. The Government will only make an award if it can determine the offeror ¿s price to be fair and reasonable. The relative importance of the factors is as follows: Factors 1 through 4 are listed in descending order of importance, with the most important factor listed first. Factors 1, 2, and 3 are called ¿the technical factors ¿. The relative importance of the technical factors listed in paragraph (d) of this provision is as follows: factors 1 is approximately equal to factor 2 and 3 combined, and factor 2 is approximately equal to factor 3. Within each factor, subfactors are listed in descending order of importance with the most important subfactor listed first. Subfactor 1A is approximately equal to subfactor 1B. Factors 1 through 3, when combined, are significantly more important than factor 4, cost/price. Evaluation Standards: The price proposals will be evaluated for price reasonableness and any instances of unbalanced pricing. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.204-14, Service Contract Reporting Requirements 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American-Supplies 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act 52.225-5, Trade Agreements 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.242-5, Payments to Small Business Subcontractors 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rate for Federal Hires 52.222-43. Fair Labor Standards Acts and Service Contract Labor Standards Price Adjustment (Multiple year and Option Contracts) (xiii) Additional contract requirements include the following clauses and provisions: Provisions - Addendum to 52.212-1, Instructions to Offeror - Commercial Items - 52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights -52.252-1, Solicitation Provisions Incorporated by Reference - 52.204-7, System for Award Management -52.204-16, Commercial and Government Entity Code Reporting -52.204-17, Ownership or Control of Offeror -52.209-7, Information Regarding Responsibility Matters - 52.215-20, Requirements for Certified Cost or Pricing Data or Data Other than Cost or Pricing Data - 52.252-6, Authorized Deviation in Clauses - 1452.215-71, Use and Disclosure of Proposal Information ¿ Department of Interior - 1452.215-81, General Proposal Instructions ¿ Bureau of Reclamation - 1452.215-82, Technical Proposal Instructions ¿ Bureau of Reclamation - 1452.215-83, Price Proposal Instructions ¿ Bureau of Reclamation - Addendum to 52.212-2, Evaluation ¿ Commercial Items - 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations ¿ Bureau of Reclamation - Addendum to 52.212-3, Offeror Representations and Certifications ¿ Commercial Items - 52.252-1, Provisions Incorporated by Reference - 52-209, Prohibition on Contracting with Inverted Domestic Corporations ¿ Representations - 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements ¿ Representations - 52.209-7, Information Regarding Responsibility Matters - 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿ Representative and Certification Clauses - Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items - 52.252-2, Clauses Incorporated by Reference - 52.203-17, Contractor Employee Whistleblower Rights and requirement to Inform Employees of Whistleblower Rights --52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements or Statements -52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper - 52.204-13, System for Award Management Maintenance - 52.204-18, Commercial and Government Entity Code Maintenance - 52.204-19, Incorporation by Reference of Representation and Certifications - 52.216-18 Ordering - 52.216-19 Order Limitations - 52.216-22, Indefinite Quantity - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - DOI-AAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - DOI-AAP-0050, Contractor Performance Assessment Reporting System -1452.222-81, Employment Verification -1452.223-81, Safety and Health - Bureau of Reclamation -1452.237-80, Security Requirements - Bureau of Reclamation -1452.242-80, Post Award Conference -Bureau of Reclamation -1452.201-70, Authorities and Delegations -1452.228-70, Liability Insurance -Key Personnel (xiv) Not applicable (xv) All questions shall be submitted via email to DLRodriguez@usbr.gov by no later than 12 PM local time on Wednesday, January 8, 2019. No additional questions will be accepted after this date. Responses to any questions received will be provided via an amendment. Submission of Proposal Package: All responses to this Request for Proposal (RFP) shall be sent to the attention of Diane Rodriguez, Contract Specialist and clearly marked on the outside package with the RFP No. 140R3019R0005, the time and date for receipt of proposals and the name and address of the offeror. NOTE: The Government is not responsible if quotes are marked incorrectly and not received by the date and time set for closing. Mailed proposal packages can be sent to Bureau of Reclamation, P. O. Box 61470, Boulder City, NV 89006 (Attention Diane Rodriguez ¿ LC-10203). If you are sending by express mail, send to Bureau of Reclamation, Lower Colorado Region (Attention Diane Rodriguez ¿ LC-10203) - 500 Date Street, Boulder City, Nevada, 89005. Electronic quotations are not authorized, nor may portions of your quotation be submitted electronically. Paper copies are required. If you have questions please contact Diane Rodriguez at DLRodriguez@usbr.gov or call at 702-293-8368. Hand carried quotations can be dropped off to Diane Rodriguez at 500 Date Street, Bldg 1400, Boulder City, Nevada 89005. Please go to the main door and buzz for the receptionist. Ask for someone from the Contracting Office to take your proposal package. It is best to call ahead to notify Diane Rodriguez at 702-293-8368 if you wish to drop off your proposal package. To prevent your proposal package from mishandling, please follow the instructions. Quotation packages are due no later than 2 PM local time on Wednesday, January 21, 2019. Responsible offerors are requested to submit a proposal for this requirement. Offerors shall submit all the requested information listed under (viii) FAR provision 52.212-1, Instructions to Offerors ¿ Commercial Items, and any addenda to 52.212-1 and (ix) FAR Provision 52.212-2, Evaluation to be considered for award. All documents pertaining to this RFP are located at www.fedconnect.net, Reference Number 140R3019R0005. Submission of proposal instructions are found in section (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFP. (xvi) The Point of Contact for this solicitation is Ms. Diane Rodriguez, Contract Specialist. She may be reached via e-mail at DLRodriguez@usbr.gov, or by phone at 702-293-8368. *End of Combined/Synopsis Solicitation NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/031eab5a6bd58cc1cbea636ad4b5a4db)
 
Record
SN05181060-F 20181223/181221230023 (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.