Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2022 SAM #7432
MODIFICATION

S -- STLI Canada Goose control services

Notice Date
4/4/2022 1:15:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
NER SUPPLY MABO(45000) STATEN ISLAND NY 10305 USA
 
ZIP Code
10305
 
Solicitation Number
140P4522Q0016
 
Response Due
4/18/2022 5:00:00 AM
 
Archive Date
05/31/2022
 
Point of Contact
Bealmer, Tanya, Phone: 0000000000
 
E-Mail Address
tanya_bealmer@nps.gov
(tanya_bealmer@nps.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) 140P4522Q0016; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-05, effective March 7, 2022, and are available in full text through Internet access at http://www.acquisition.gov/far/. This requirement is being procured as an unrestricted full and open competitive requirement under North American Industry Classification System (NAICS) code 561710. The small business size standard is $12M. Interested vendors may participate by submitting a response in accordance with the instructions included herein. The RFQ due date is no later than April 18, 2022, at 8:00 a.m. Eastern Daylight Time (EDT). Submission shall be via email to the Contracting Officer listed in quote submission section below. It is the offeror's responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. This requirement will be based on best value to the Government, to include but not limited to price, past performance, and technical capabilities. Offerors are required to submit a technical quote, Quality Control Plan (QCP), past performance information and to complete the Pricing Schedule provided below and in the Performance Work Statement, Section 12, to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all Performance Work Statement (PWS) requirements. If you have questions regarding this requirement, please submit your inquiries via email to tanya_bealmer@nps.gov no later than April 11, 2022, at 12:00 p.m. EDT. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors via the issuance of an amendment. The Department of the Interior (DOI), National Park Service (NPS), Statue of Liberty National Monument and Ellis Island (STLI) intends to award a firm fixed price contract for environmentally friendly Canada Goose control services using open class or better sheep trial dogs (e.g., Border Collies) to control the resident, local and migratory Canada Goose populations on Liberty and Ellis Islands. A detailed description of the requirement can be found in the attached Performance Work Statement (PWS) (Attachment 1) and the provided maps (Attachment 3). All services will be performed on-site at STLI. The pricing table will be established as follows: CLIN Description 00010 Base Period - Canada Goose Control 00020 Option Period 1 - Canada Goose Control 00030 Option Period 2 - Canada Goose Control 00040 Option Period 3 - Canada Goose Control 00050 Option Period 4 - Canada Goose Control 00060 FAR 52.217-8 Extension PERIOD OF PERFORMANCE: The anticipated period of performance for this requirement is: Base Period: May 4, 2022 - May 3, 2023 Option Period 1: May 4, 2023 - May 3, 2024 Option Period 2: May 4, 2024 - May 3, 2025 Option Period 3: May 4, 2025 - May 3, 2026 Option Period 4: May 4, 2026 - May 3, 2027 SITE VISIT REQUIREMENTS: A site visit will be held on-site, April 8, 2022, at 8:00 a.m. EDT. Advanced notification of attendance (RSVP) must be submitted no later than 1:00 p.m. EDT on April 7, 2022. via e-mail to the Contracting Officer tanya_bealmer@nps.gov. Please refer to Attachment 2 - Instructions for Site Visit for specific RSVP requirements. Failure to abide by the instructions will result in vendors being excluded from the site visit and no alternate site visit will be scheduled. PROPOSAL SUBMISSION REQUIREMENTS: General Information: Please review the requirement and respond via email to the Contracting Officer with a courtesy notice of your intent to provide a quote as soon as possible after release of this RFQ. Electronic Submissions: The Quoter shall provide an electronic copy of its submission via email with the RFQ number in the subject line of their email. Quoters shall submit quotes so that they are received no later than 8:00 a.m., EDT April 18, 2022. Quotes shall be emailed to: Tanya N. Bealmer, Contracting Officer at tanya_bealmer@nps.gov. All quotes shall include contractor core data: 1. Tax Identification Number (TIN) 2. Unique Entity Identifier (UEI) 3. North American Industrial Classification System (NAICS) 4. Contact Name 5. Contact Email Address 6. Contact Phone Number 7. Contact Fax Number 8. Complete Business Mailing Address Checklist for quote submittal: - This page of the solicitation completed as the first page in the package - Signed acknowledgement of SF 18 - Signed amendments if applicable - Completed Provisions (including 52.204-24, 52.204-26, and others as applicable) Ensure that your firm is registered in System for Acquisition Management (SAM) at www.sam.gov Quotes shall be clear, concise, and shall include sufficient detail for an effective evaluation and for substantiating the validity of stated claims and/or approaches. The Quote should not rephrase or restate the RFQ. Submission Requirements: Factor 1: Technical Approach The technical approach factor focuses on the Quoter's capabilities and general understanding of the requirement to assess how the quote satisfies the PWS provided by the Government in the solicitation. Element 1.1- Capability Statement (Not to Exceed 3 pages) The vendor shall demonstrate a full understanding of the requirements in the PWS and how those requirements will be met during the identified period(s) of performance. The Government will assess the Quoter's overall capabilities, including how the vendor intends to meet the service requirements of the PWS, the types and training levels of dogs proposed for the requirement and handler experience and technical qualifications. Offerors must demonstrate capabilities in relation to the requirements as set forth in the PWS and this RFQ. Element 1.2- Quality Control Program (No Page Limit) IAW PWS section 2.5, The Contractor must submit one copy of a detailed Quality Control Plan (QCP) with their quote. The plan will be site specific and inform the Government Authorized Representative how the work, supervision, project management and follow up will be performed in this contract to ensure compliance with all requirements. The Government will assess the Quoter's overall plan, including how the vendor intends to meet the Performance Requirements Summary in the PWS and how well the QCP relates back to addressing the elements of the PWS. Factor 2: Past Performance a. An evaluation of offeror's past performance information will be conducted subsequent to the technical evaluation. The offeror must have demonstrated successful completion of contracts of similar size, scope and complexity to that outlined in the PWS. Preference will be given to quotes that demonstrate past performance in a similar environment. b. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. c. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgement by the Government after it considers all available and relevant information. d. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as: 1) the offeror's record of performing according to specifications, including standards of good workmanship; 2) the offeror's record of controlling and forecasting costs; 3) the offeror's adherence to contract schedules including the administrative aspects of performance; 4) the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and 5) the offeror's business-like concern for the interest of the customer. e. The Government will consider the currency and relevance of the information, sources of the information, context of the data and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. Note: Contractors submitting offers without past performance will receive a neutral rating. f. Offerors shall provide evidence of comparable past work including a minimum of three years of experience performing environmentally friendly Canada Goose control with the use of dogs. Work shall demonstrate a similar complexity of working in areas with a large local and migratory goose population. Note: Listing completed projects does not address this criterion. A narrative that articulates past experience and description of successful completion of deliveries should be discussed. When evaluating quotes against the stated source selection factors, the relative strengths, deficiencies, significant weaknesses, and risks supporting the quote evaluation will be considered and documented in the contract file and selection reports. In the evaluation, all non-price factors, when combined, are more important than price. Each Quoter shall complete and submit summaries for not more than three relevant projects. Relevant projects are those that are like those requested in this contract. All references should be either ongoing or completed within the last five years. The relevant projects summaries shall include the following information not to exceed one page for each project (total page limit not to exceed three pages): - Project Name - Date of Contract - Type of Contract - Dollar Value of Contract - Period of Performance - Description of services provided - Name, email and telephone numbers for points of contact - (Include Program Manager, Contracting Officer and/or the Contracting Officer Representative) Describe the relevance to the current requirement being solicited (i.e., Canada Goose control using dogs) Factor 3: Price The Government will evaluate the completed PRICE SCHEDULE, provided in Section 12 of the PWS, which includes firm, fixed pricing. The total evaluated price will be the sum of the extended pricing for all CLINs across all ordering periods. The total evaluated price will be used to determine which Quoter has the most competitive pricing. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). FAR 52.219-4 evaluation preference will be applied to the extent required. Total evaluated prices for the quotes will be used in making the trade-off analysis. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the PWS. If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award and agrees to comply with all the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror's quote. BASIS FOR AWARD This is a competitive best value in which competing offerors' technical capability and past performance history will be evaluated on a basis of equally important than cost or price considerations as stated above. Failure to meet any of the requirements may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. POINTS OF CONTACT: Tanya N. Bealmer, Contracting Officer Statue of Liberty National Monument & Ellis Island Interior Region 1, North Atlantic - Appalachian, National Park Service Tanya_bealmer@nps.gov PLEASE SEE ATTACHMENT FOR COMPLETE COMBINED SYNOPSIS/SOLICITATION AND ALL APPLICABLE DOCUMENTS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aeddf81b18aa429dae23abc8500080b1/view)
 
Record
SN06288279-F 20220406/220404230053 (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.