SOLICITATION NOTICE
R -- COLLECTION CONDITION SURVEY Park Service Louisiana
- Notice Date
- 5/11/2022 12:12:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- SER De Soto MABO Bradenton FL 34209 USA
- ZIP Code
- 34209
- Solicitation Number
- 140P5522R0004
- Response Due
- 6/1/2022 7:00:00 AM
- Archive Date
- 06/16/2022
- Point of Contact
- Wood, Lara, Phone: 8282433466
- E-Mail Address
-
Lara_Wood@nps.gov
(Lara_Wood@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- See attached PDF for a clearly formatted version of the below information. GENERAL INFORMATION Document Type: Combined Synopsis/Solicitation for Commercial Items - FAR 12.603 Solicitation #: 140P5522R0004 Posted Date: 11 May 2022 Response Date: 01 June 2022 @ 1000 EDT Product or Service Code: R499-Support professional other Set Aside: Total Small Business NAICS Code: 541990-Other professional scientific and technical Contracting Office Address NPS, Southeast Region DeSoto MABO 8300 De Soto Memorial Hwy, Bradenton FL Lara_Wood@nps.gov Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format at Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 (April 26, 2022). The associated North American Industrial Classification System (NAICS) code for this procurement is 541990, with a small business size standard of $16.5 million. The Government intends to award a firm fixed price service contract to the quoter that provides the best value to the Government based on pricing, technical capability and approach, and past performance, IAW the specifications provided without conducting discussions IAW FAR 13.106-2. The resultant purchase order will be awarded using simplified acquisition procedures IAW FAR Part 13. Companies must have a valid DUNS number and be registered within the System for Award Management (SAM). A quoter must ensure that they are self-certified under NAICS 541990 in the Representations and Certifications portion of www.sam.gov. This synopsis page combined with the posted Standard Form (SF) 18 and the attached Statement of Work (SOW) will make a complete solicitation package. ALL quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation. The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Include your total price and your DUNS number on the form. Submit your projected timeline, your proposed technical approach to the project along with an acknowledgement of any amendments. Include a list of any recent federal projects reflecting applicable technical capability. Required Services: All interested offerors shall have the experience necessary to provide the following services. Provide a quote for the following task: Conduct an on-site Collection Condition Survey for six (6) locations and provide a conservation/preservation report for the Jean Lafitte National Historical Park and Preserve located in Louisiana. Pricing shall include all labor, effort, and costs to successfully perform the work identified in the SOW. Performance Period: is anticipated to be 365 days. Performance Locations: Jean Lafitte National Historical Park and Preserve located in Louisiana. See Statement of Work. The full text of FAR provisions or clauses may be accessed electronically at: http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1) FAR 52.212-1 - Instructions to Offerors � Commercial Products & Commercial Services (NOV 2021) 2) FAR 52.212-2 � Evaluation - Commercial Products & Commercial Services (NOV 2021) 3) FAR 52.212-3-Offerors Representations and Certifications�Commercial Products & Commercial Services (NOV 2021) Offerors must complete annual representations and certifications on-line at https://www.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications - Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 1) FAR 52.212-4 - Contract Terms and Conditions�Commercial Products & Commercial Services (NOV 2021) 2) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products & Commercial Services (JAN 2022) The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313), 52.219-28, Post Award Small Business Program Representation (Sept 2021) (15 U.S.C. 632(a)(2)), FAR 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Sep 2021), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (Nov 2021) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (Jan 2021), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Oct 2018) (31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022) (E.O. 14026) 52.202-1 Definitions (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Statements-Representation (JAN 2017) 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (JAN 2017) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2018) 52.204-8 Annual Representations and Certifications (JAN 2022) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17 Ownership or Control of Offeror (AUG 2020) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (NOV 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.204-26 Covered Telecommunications Equipment or Services - Representation (OCT 2020) 52.211-8 Time of Delivery, Alt III (JUN 1997) 52.213-1 Fast Payment Procedure (MAY 2006) 52.215-8 Order of Precedence � Uniform Contract Format (OCT 1997) 52.219-1 Small Business Program Representation (SEPT 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-54 Employment Eligibility Verification (MAY 2022) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.223-6 Drug-Free Workplace (MAY 2001) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (JUN 2020) 52.232-1 Payments (APR 1984) 52.232-8 Discount for Prompt Payment (FEB 2002) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.242-13 Bankruptcy (JUL 1995) 52.242-15 Stop Work Order (AUG 1989) 52.243-1 Changes - Fixed Price (APR 1987) with Alt I (APR 1984) 52.249-1 Termination for Convenience of the Government(Fixed-Price)(Short Form) (APR 1984) 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.253-1 Computer Generated Forms (JAN 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior (APR 1984) *************************************************************************************** SCA Wage Determination # WD 2015-5183, 2015-5179 2015-5207 and 2015-5189 each update as of 03/15/2022 for Louisiana as applicable per locations listed in the SOW. These can be found at SAM.gov | Wage Determinations Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System JULY 2010 DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS SEP 2011 (a) The Contracting Officer is the only individual authorized to enter or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers having been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers exceeding the COR�s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractors risk. (End of Clause) DOI ELECTRONIC INVOICING - Invoice Processing Platform (IPP) APR 2013 Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right-hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, period of performance and itemized information regarding tasks completed. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause) DOI AAAP-0036 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) DIAR 1452.204-70 RELEASE OF CLAIMS JUL 1996 After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DI�137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release. (End of Clause) SPECIAL CLAUSE 1: KEY PERSONNEL (a) The Contractor shall assign to this contract the following key personnel: Name Position/Labor Category NAME POSITION/LABOR CATEGORY (b) During the first 30 days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 30-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. (c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. This clause will be modified to reflect any approved changes of key personnel. SITE VISIT: A formal site visit it not planned. Offerors are highly encouraged to look on their own to ascertain the complexities along with general location conditions which could materially affect conduct of operations of the cost thereof. QUESTIONS: Any questions must be submitted via email to Lara_Wood@nps.gov NO LATER THAN 1000 EDT on Monday, May 23, 2022. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government�s official response to questions. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. No oral or late questions will be accepted. QUOTES: All quotations shall be submitted via email to mail to: Lara_Wood@nps.gov by Wednesday, June 1, 2022 at 1000 EDT. Emailed confirmation of offer will be sent by the Government. Offerors shall acknowledge receipt of any/all amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer (CO); there will be no relief given for undelivered emails that aren't received by the deadline of 1000 AM EDT on June 1, 2022. Late submissions will be treated IAW the solicitation provision at FAR 52.212-1(f). This is a small business competed combined synopsis/solicitation for services as defined herein. The Government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the Contractor accepts all terms and conditions of the Solicitation. This is an all-or-none solicitation. EVALUATION CRITERIA: Award will be made to the offeror whose quotation offers the best value to the Government, considering price, past performance, and technical approach. The Government will evaluate information based on the following evaluation criteria: technical capability, past performance, and price. The Government may use information from other sources to evaluate past performance. This includes, but is not limited to, Contractor Performance Assessment Reporting System (CPARS). The offers will be evaluated to determine those that are technically acceptable. Those proposals deemed technically acceptable will then be reviewed for price with the offeror submitting the lowest price offer deemed technically acceptable being awarded the Purchase Order. Offeror must not be excluded from conducting business with the federal Government or be delinquent on a federal debt. Attachments: SF 18, Statement of Work, Price Schedule, Service Contract Act Wage Determination Point of Contact: Lara Wood, Contracting Officer, Lara_Wood@nps.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9d27fb8daed493db030220e651a251a/view)
- Record
- SN06323910-F 20220513/220511230100 (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 |