Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2020 SAM #6895
SOLICITATION NOTICE

S -- Grounds Maintenance and Snow Removal

Notice Date
10/13/2020 3:46:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120R0031
 
Response Due
10/19/2020 9:00:00 AM
 
Archive Date
11/03/2020
 
Point of Contact
Brooke McDonald
 
E-Mail Address
Brooke.McDonald@us.af.mil
(Brooke.McDonald@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*** UPDATED 13 OCTOBER 2020 *** QUESTION AND ANSWER DOCUMENT FROM SITE VISIT IS NOW POSTED AS AN ATTACHMENT (Q AND A 8 OCT GROUNDS MAINTENANCE_SNOW REMOVAL.DOC). _________________________________________________________________________________________ *** UPDATED 8 OCTOBER 2020 *** NEW BID SCHEDULE UPLOADED FOR OFFERORS TO USE WHEN SUBMITTING PROPOSALS (20R31 A15 ATTACHMENT 3 BID SCHEDULE 10_8).� BID SCHEDULE NOW REFLECTS GROUNDS MAINTENANCE SERVICES WITH UNIT/QUANTITY OF 1 YEAR AS OPPOSED TO 6 MONTHS. __________________________________________________________________________________________ *** UPDATED 7 OCTOBER 2020 *** PLEASE NOTE THAT ANY CONTRACT ISSUED AS A RESULT OF THIS SOLICITATION WILL BE STRUCTURED TO ALLOW A MUTUALLY AGREED UPON INVOICING STRUCTURE IN LINE WITH THE LEVEL OF EFFORT REQUIRED FOR EACH OF THE 2 MAIN SNOW REMOVAL AND GROUNDS MAINTENANCE SEASONS.� ADDITIONALLY, WHILE THE MAIN SNOW SEASON IS TYPICALLY NOVEMBER THROUGH APRIL AND GROUNDS MAINTENANCE SEASON MAY THROUGH OCTOBER, CONTRACTOR SHALL BE REQUIRED TO PERFORM SERVICES ANY TIME OF THE YEAR WHICH TRIGGER A RESPONSE AS DEFINED IN THE PWS. ALSO, AN UPDATED BID SCHEDULE IS ANTICIPATED TO BE UPLOADED TO THIS SITE IN THE NEAR FUTURE. 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 (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA8751-20-R-0031 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200605.� See http://acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 561730 and small business size standard of $8M average annual receipts. The contractor shall provide the following services on a firm-fixed price basis:� all personnel, equipment, tools, supervision, and other items and services necessary to ensure grounds maintenance is performed at AFRL Rome Research Site, Rome, NY in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance. The contractor shall provide snow removal services to maintain accessible roads, walkways and adjacent areas for two Government agencies located at the Rome Research Site at the Griffiss Business and Technology Park in Rome NY - the Air Force Research Laboratory Information Directorate (AFRL/RRS) and Defense Finance and Accounting Service (DFAS) in accordance with Attachment No.1 Performance Work Statement (PWS) dated 15 May 2020, ULDF 20-0523 and Attachment No. 2 Drawings dated August 2020. Insert proposed unit and extended prices in the Bid Schedule, Attachment No. 3. The extended amount must equal the whole dollar unit price multiplied by the number of units.� The proposal(s) must be submitted for a base year plus four (4) Option Years. NOTE that the Government will not provide utilities such as water during contract performance. The Contractor will be responsible for furnishing all utilities and equipment necessary to perform the work.� There will also be no staging of equipment or supplies on Government property. The anticipated period of performance is 01 November 2020 through 31 October 2021 plus four (4) option years.� If all options are exercised, performance would conclude 31 October 2025. The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 3PM, (Eastern Time) TBD 2020.� Submit to:� Brooke McDonald by EMAIL SUBMISSION ONLY to Brooke.McDonald@us.af.mil, with a copy to John.Haberer@us.af.mil. OFFERORS MUST SUBMIT THEIR PROPOSALS USING Attachment No. 3 � Bid Schedule. Facsimile and hard copies by mail will not be considered. Due to the possibility of network connectivity issues, it is highly encouraged that electronic proposals be sent one day prior to due date. It is the contractor's responsibility to confirm receipt of proposal. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references. (1)� Submit past performance information to include recent and relevant contracts which demonstrate the ability of the offeror to perform the proposed effort.� Please provide past performance information for no more than five (5) relevant contracts performed for Government agencies and commercial customers within the last three (3) years. To the maximum extent practicable, identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors, of your firm. The Government will evaluate the quality and extent of offerors� performance deemed relevant to the requirements of this RFP.� The Government will use information submitted by the offeror and other sources, such as other Federal Government offices, Contractor Performance Assessment Reporting System (CPARS) within the Past Performance Information Retrieval System (PPIRS), and commercial sources, to assess performance. Referenced past performance information should include contract numbers, points of contact with telephone numbers, and a narrative explaining the contract�s relevancy to the solicitation.� Serviceable square footage is a key factor in determining relevancy. (2) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b)(11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. SITE VISIT An organized site visit has been scheduled.� It is highly recommended that offerors attend.� Offerors wishing to attend must complete the attached Request for Visit Authorization to Information Directorate, RI Form 31 (Attachment No. 5). Participants must contact the Contract Specialist no later than 07 October 2020, 3:00PM (ET) in order to coordinate base access. The site visit is scheduled for 08 October 2020, 10:00 AM (ET) at the Information Directorate. CONTACT:��������������� Brooke McDonald ����������������������������������� AFRL/RIKO ����������������������������������� 26 Electronic Pkwy ����������������������������������� Rome NY 13441-4514 ����������������������������������� Brooke.McDonald@us.af.mil Participants will meet at the Main Lobby of Building 3 located at 525 Brooks Road, Rome NY. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) past performance (ii) price Past Performance is significantly more important than Price when being evaluated. (a)� PRICE:� The Government will rank offers by �total evaluated price�.� Offerors� total evaluated price is the sum of prices for the basic requirement and all options.� The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced.� Evaluation of options shall not obligate the Government to exercise the option(s).� Price will be examined for reasonableness, realism, and balance. (b)� PAST PERFORMANCE:� Next, the contracting officer shall seek relevant performance information on all offerors based on:� (i) the references provided by the offeror and (ii) data independently obtained from other Government and commercial sources.� To assess performance, the Government will use information submitted by the offeror and other sources, such as other Federal and other governmental agencies, commercial sources, Contractor Performance Assessment Reporting System (CPARS) and the Past Performance Information Retrieval System (PPIRS). Relevant performance includes performance of efforts involving grounds maintenance and snow/ice removal that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation.� The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a �Substantial Confidence� performance assessment rating.� The purpose of the past performance evaluation is to allow the Government to assess the offeror�s ability to perform the effort described in the solicitation, based on the offeror�s demonstrated present and past performance.� The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in the table below.� Offerors with no relevant past or present performance history or the offeror�s performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating �Unknown Confidence,� meaning the rating is treated neither favorably nor unfavorably. SUBSTANTIAL CONFIDENCE Based on the offeror�s performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror�s performance record, the Government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror�s performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror�s performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror�s performance record is so sparse that no confidence assessment rating can be reasonably assigned. (c)� In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. (d)� If the lowest priced evaluated offer is judged to have a �Substantial Confidence� performance rating and is determined to be responsible, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (e)� In the event that the Government does not make an award pursuant to paragraph (d) above, the Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance assessment rating of �Satisfactory Confidence� or lower.� In that event, the Contracting Officer shall make an integrated assessment best value award decision. (f)� Offerors are cautioned to submit sufficient information and in the format specified in 52.212-1(b)(10) to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond.� Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system.� Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2020), and the following: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) FAR 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation (JUN 2020) DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019) DFARS 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (MAY 2020)(DEVIATION 2020-O0015) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 4) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows:� (a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2020), applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government JUN 2020), Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-6, Notice of Total Small Business Aside (MAR 2020) (DEVIATION 2020-O0008) 52.219-8, Utilization of Small Business Concerns (OCT 2018) 52.219-14, Limitations on Subcontracting (MAR 2020) (DEVIATION 2020-O0008) Para. (g) fill-in; The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1) and (2) of this clause�by the end of the base term of the contract and then by the end of each subsequent option period. 52.219-28, Post Award Small Business Program Re-representation (MAY 2020) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.222-54, Employment Eligibility Verification (OCT 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (OCT 2018) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only: it is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 31362 Truck Driver, Medium, WG-7 $23.16 + $4.54 H&W 11210 Laborer, Grounds Maintenance, WG-3 $17.38 + $4.54 H&W 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017)(EO 13706) The following additional FAR and FAR Supplement provisions and clauses also apply: 52.203-3, Gratuities (Apr 1984) 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (JUN 2020) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2016) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.228-5, Insurance-Work on a Government Installation (JAN 1997) 52.232-18, Availability of Funds. (Apr 1984) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004, DoD Antiterrorism Awareness Training for Contractors (FEB 2019) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (DEC 2019) 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. (MAY 2019) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018) 252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7012, Preference for Certain Domestic Commodities (DEC 2017) 252.225-7048, Export-Controlled Items (JUN 2013) 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (FEB 2020) (DEVIATION 2020-O0006) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7974, Representation Regarding Business Operations with the Maduro Regime (FEB 2020) (DEVIATION 2020-O0005) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (APR 2019) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (DEC 2018) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (APR 2020) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002, Requests for Equitable Adjustment (DEC 2012) 252.244-7000, Subcontracts for Commercial Items (JUN 2013) 252.247-7023, Transportation of Supplies by Sea � Basic (FEB 2019) 252.232-7007 Limitation of Government�s Obligation (APR 2014) 5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Mr. Steven L. Ewers, AFRL/PK 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil 5352.223-9001, Health and Safety on Government Installations (OCT 2019) 5352.242-9000, Contract Access to Air Force Installations� (OCT 2019) ��� (a)� The Contractor shall obtain installation identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract.� Contractor personnel are required to wear or prominently display installation identification badges or Contractor-furnished, Contractor identification badges while visiting or performing work on the installation. ��� (b)� The Contractor shall submit a written request on company letterhead to the Contracting Officer listing the following:� contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the installation.� The letter will also specify the individual(s) authorized to sign for a request for identification credentials.� The Contracting Officer will endorse the request and forward it to the security police for processing.� When reporting to the security police office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. ��� (c)� During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. ��� (d) When work under this contract requires unescorted entry to controlled or restricted areas, the Contractor shall comply with AFI 31-101, Integrated Defense,� DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program, and applicable individual area operating instructions. ��� (e)� Upon completion or termination of the contract or expiration of the installation identification badges, the prime contractor shall ensure that all installation identification badges issued to employees and subcontractor employees are returned to the issuing office. ��� (f)�� Failure to comply with these requirements may result in withholding of final payment.� (End of Clause) Note that the clause at 252.232-7003 is included in this solicitation.� DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.� All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures.� The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://piee.eb.mil).� Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.� Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a550c793294481cae30c46eab07c4c5/view)
 
Place of Performance
Address: Rome, NY 13441, USA
Zip Code: 13441
Country: USA
 
Record
SN05825871-F 20201015/201013230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.